The procurement shall cover the contracting authority ́s need for procurement and operation of hand held breathalyzers (alcometers) and accessories. This also includes the supply of accessories and service during the product ́s lifetime. Based on previous years' procurements, the contracting authority, without obligations, estimates a total probable amount to approx. NOK 17 million, e.g. VAT. This includes obligatory options. In addition to this, a reservation is made that, due to unforeseen events, a greater need may arise than the probable estimate. The reservation is estimated to be able to increase the scope with an estimated value of NOK 10 million, e.g. VAT. Furthermore, the framework agreement has a non- exclusive option for the Police in Finland with an estimated value of approx. NOK 3 million e.g. VAT. The total estimated value is approx. NOK 30 million, e.g. VAT. See the tender documentation for further details.
Frist
Fristen for mottak av tilbud var 2024-11-14.
Anskaffelsen ble publisert 2024-10-03.
Kunngjøring av konkurranse (2024-10-03) Gjenstand Anskaffelsens omfang
Tittel: Hand held breathalyzer (alcometer) and accessories
Referansenummer: 24/112228
Kort beskrivelse:
“The procurement shall cover the contracting authority ́s need for procurement and operation of hand held breathalyzers (alcometers) and accessories. This...”
Kort beskrivelse
The procurement shall cover the contracting authority ́s need for procurement and operation of hand held breathalyzers (alcometers) and accessories. This also includes the supply of accessories and service during the product ́s lifetime. Based on previous years' procurements, the contracting authority, without obligations, estimates a total probable amount to approx. NOK 17 million, e.g. VAT. This includes obligatory options.
In addition to this, a reservation is made that, due to unforeseen events, a greater need may arise than the probable estimate. The reservation is estimated to be able to increase the scope with an estimated value of NOK 10 million, e.g. VAT.
Furthermore, the framework agreement has a non- exclusive option for the Police in Finland with an estimated value of approx. NOK 3 million e.g. VAT. The total estimated value is approx. NOK 30 million, e.g. VAT. See the tender documentation for further details.
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Politiutstyr📦
Estimert verdi eksklusive mva: 30 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The procurement shall cover the contracting authority ́s need for procurement and operation of hand held breathalyzers (alcometers) and accessories. This...”
Beskrivelse av anskaffelsen
The procurement shall cover the contracting authority ́s need for procurement and operation of hand held breathalyzers (alcometers) and accessories. This also includes the supply of accessories and service during the product ́s lifetime. Based on previous years' procurements, the contracting authority, without obligations, estimates a total probable amount to approx. NOK 17 million, e.g. VAT. This includes obligatory options.
In addition to this, a reservation is made that, due to unforeseen events, a greater need may arise than the probable estimate. The reservation is estimated to be able to increase the scope with an estimated value of NOK 10 million, e.g. VAT.
Furthermore, the framework agreement has a non- exclusive option for the Police in Finland with an estimated value of approx. NOK 3 million e.g. VAT. The total estimated value is approx. NOK 30 million, e.g. VAT. See the tender documentation for further details.
Vis mer
Tilleggsprodukter/-tjenester: Måleinstrumenter📦
Tilleggsprodukter/-tjenester: Måleinstrumenter📦
Utførelsessted: Innlandet🏙️ Varighet
Startdato: 2025-04-16 📅
Sluttdato: 2027-04-15 📅
Informasjon om opsjoner
Opsjoner ✅
Beskrivelse av opsjoner:
“1 + 1 year” Tildelingskriterier
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vekting): 40
Kostnadskriterium (navn): Cost
Kostnadskriterium (vekting): 60
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-11-14 11:00:00 📅
Vilkår for åpning av tilbud: 2024-11-14 11:00:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️ Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirements of the tenderer's economic and financial capacity.: Tenderers must have sufficient economic and financial capacity to fulfil the contract....”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements of the tenderer's economic and financial capacity.: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Documentation requirement:
- A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service.
The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender.
If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Requirement of the tenderer ́s quality assurance and management system.: Tenderers shall have a good and well-functioning quality assurance and management...”
Liste og kort beskrivelse av regler og kriterier
Requirement of the tenderer ́s quality assurance and management system.: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided.
Documentation requirement:
Tenderers shall submit documentation of their quality assurance and management system. The following documentation will be accepted:
Certificate for the company's quality assurance/management system issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent.
or
A description that as a minimum covers the company ́s procedures/routines for:
- Handling deviations and claims.
- The process from the receipt and registration of orders until delivery to the customer.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements of the tenderer's environmental management system.: Tenderers shall have an environmental management system.
Documentation requirement:...”
Liste og kort beskrivelse av regler og kriterier
Requirements of the tenderer's environmental management system.: Tenderers shall have an environmental management system.
Documentation requirement:
Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted:
• Valid certificates/certificates issued by an independent body (eks. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or
• A description of the tenderer's own environmental management system. The description shall as a minimum cover the environment policy.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements for traceability in the supply chain.: Tenderers shall have routines for registering and documenting their supply chains.
Documentation...”
Liste og kort beskrivelse av regler og kriterier
Requirements for traceability in the supply chain.: Tenderers shall have routines for registering and documenting their supply chains.
Documentation requirement:
If a tenderer uses sub-suppliers to fulfil this contract, the tenderer shall have a method for traceability that always gives the customer an overview of which sub-suppliers participate in the production of the product and which country it belongs.
The following documentation will be accepted:
• A reply to the supply chain in accordance with Annex E traceability in the supply chain.
"
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Relevant experience: Tenderers shall have experience from comparable contracts.
Documentation requirement:
Description of up to three of the tenderer's...”
Liste og kort beskrivelse av utvelgelseskriterier
Relevant experience: Tenderers shall have experience from comparable contracts.
Documentation requirement:
Description of up to three of the tenderer's most relevant/comparable contracts during the last three years (the description shall be completed in annex B). Relevant deliveries means, for example, the same type or similar deliveries to the police, defence, etc. public entities. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. The contracting authority will also be able to emphasise any separate documented experience with relevant tenderers. The contracting authority can make any contact with the stated references for the verification.