Refstad school is a newly built 4 parallel primary school in Økern Torgvei 40 in Oslo. The school has approx. 840 pupils and shall be equipped with new fixtures for the entire school facility: learning rooms and group rooms, special rooms, teacher work places, administration and health services. The school shall open in August 2024. See the tender documentation and other documents for further details.
Frist
Fristen for mottak av tilbud var 2024-02-05.
Anskaffelsen ble publisert 2024-01-02.
Kunngjøring av konkurranse (2024-01-02) Gjenstand Anskaffelsens omfang
Tittel: Open tender competition - fixtures for Refstad school
Referansenummer: 23/11572
Kort beskrivelse:
“Refstad school is a newly built 4 parallel primary school in Økern Torgvei 40 in Oslo. The school has approx. 840 pupils and shall be equipped with new...”
Kort beskrivelse
Refstad school is a newly built 4 parallel primary school in Økern Torgvei 40 in Oslo. The school has approx. 840 pupils and shall be equipped with new fixtures for the entire school facility: learning rooms and group rooms, special rooms, teacher work places, administration and health services. The school shall open in August 2024. See the tender documentation and other documents for further details.
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Skolemøbler📦 Beskrivelse
Beskrivelse av anskaffelsen:
“Refstad school is a newly built 4 parallel primary school in Økern Torgvei 40 in Oslo. The school has approx. 840 pupils and shall be equipped with new...”
Beskrivelse av anskaffelsen
Refstad school is a newly built 4 parallel primary school in Økern Torgvei 40 in Oslo. The school has approx. 840 pupils and shall be equipped with new fixtures for the entire school facility: learning rooms and group rooms, special rooms, teacher work places, administration and health services. The school shall open in August 2024. See the tender documentation and other documents for further details.
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-02-05 12:00:00 📅
Vilkår for åpning av tilbud: 2024-02-05 12:30:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirements connected to the tenderer's economic and financial capacity.: Requirement: The tenderer must have good financial capacity to carry out the...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements connected to the tenderer's economic and financial capacity.: Requirement: The tenderer must have good financial capacity to carry out the assignment.
Documentation requirement: The contracting authority will obtain a credit rating based on the last known accounting figures. The contracting authority reserves the right to obtain annual accounts or other documentation if this is necessary to evaluate the requirement. Tenderers can submit all documentation that they believe is relevant for assessing their financial capacity.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer's registrations, authorisations, etc.: Requirement: The tenderer shall be a legally established company....”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer's registrations, authorisations, etc.: Requirement: The tenderer shall be a legally established company.
Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Vis mer
Liste og kort beskrivelse av vilkår:
“See the other qualification requirements stated in the notices.” Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Experience requirement: Requirement: Tenderers shall have good competence and experience from assignments of an equivalent nature and comparable size and...”
Liste og kort beskrivelse av utvelgelseskriterier
Experience requirement: Requirement: Tenderers shall have good competence and experience from assignments of an equivalent nature and comparable size and complexity.
Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments in the course of the last 3 years. The description must include a statement of the assignment ́s value, date and recipient. It is the tenderer ́s responsibility to document relevance through the description.
The contracting authority reserves the right to check the stated references.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses.: Requirement: Tenderers...”
Liste og kort beskrivelse av utvelgelseskriterier
Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses.: Requirement: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments for responsible businesses, cf. the contract ́s (annex 3) point 11.
This means that the tenderer has implemented measures and systems that are used in the tenderer's work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption.
Documentation requirement: The tenderer ́s detailed response form for due diligence assessments, annex 5 - response form - Due diligence assessments. The following documentation shall be enclosed with the reply form and it can be delivered in English:
Formal policy/guidelines that cover an obligation to comply with the requirements of responsible business.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirement for a satisfactory quality assurance system.: Requirement: Tenderers shall have a satisfactory quality assurance system relevant for the content...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirement for a satisfactory quality assurance system.: Requirement: Tenderers shall have a satisfactory quality assurance system relevant for the content of the contract.
Documentation requirement: A description of the tenderer's quality assurance system. Alternatively: Certificate for the tenderer's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Satisfactory environmental management measures are required.: Requirement: Tenderers shall have satisfactory environmental management measures relevant for...”
Liste og kort beskrivelse av utvelgelseskriterier
Satisfactory environmental management measures are required.: Requirement: Tenderers shall have satisfactory environmental management measures relevant for the content of the contract.
Documentation requirement: A description of the tenderer's environmental management measures. Alternatively: Certificate for the tenderer's environmental management system or environmental management standards issued by independent bodies, e.g. ISO 14001, Miljøfyrtårn,EMAS.
Utfyllende informasjon Organ ansvarlig for meklingsprosedyrer
Navn: Oslo Tingrett
Nasjonalt registreringsnummer: 926 725 939
Postadresse: C. J. Hambros plass 4
Postnummer: 0164
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞 Klageinstans
Navn: Oslo Tingrett
Nasjonalt registreringsnummer: 926 725 939
Postadresse: C. J. Hambros plass 4
Postnummer: 0164
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞 Tjeneste hvor informasjon om klageprosedyren kan innhentes
Navn: Oslo Tingrett
Nasjonalt registreringsnummer: 926 725 939
Postadresse: C. J. Hambros plass 4
Postnummer: 0164
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2024/S 002-003836 (2024-01-02)