The aim of this procurement is to enter into a framework agreement with a tenderer who can contribute to fulfilling parts of the contractual obligations that the Contracting Authority is obliged to carry out through operational and maintenance contracts for maintenance of lighting installations in Sør-Rogaland.
Frist
Fristen for mottak av tilbud var 2024-12-19.
Anskaffelsen ble publisert 2024-11-19.
Kunngjøring av konkurranse (2024-11-19) Gjenstand Anskaffelsens omfang
Tittel: Operation, maintenance and projects for lighting systems.
Referansenummer: 197
Kort beskrivelse:
“The aim of this procurement is to enter into a framework agreement with a tenderer who can contribute to fulfilling parts of the contractual obligations...”
Kort beskrivelse
The aim of this procurement is to enter into a framework agreement with a tenderer who can contribute to fulfilling parts of the contractual obligations that the Contracting Authority is obliged to carry out through operational and maintenance contracts for maintenance of lighting installations in Sør-Rogaland.
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Vedlikehold av veibelysning📦
Estimert verdi eksklusive mva: 30 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The aim of this procurement is to enter into a framework agreement with a tenderer who can contribute to fulfilling parts of the contractual obligations...”
Beskrivelse av anskaffelsen
The aim of this procurement is to enter into a framework agreement with a tenderer who can contribute to fulfilling parts of the contractual obligations that the Contracting Authority is obliged to carry out through operational and maintenance contracts for maintenance of lighting installations in Sør-Rogaland.
Vis mer
Tilleggsprodukter/-tjenester: Veibelysning📦
Tilleggsprodukter/-tjenester: Tunnelbelysning📦
Tilleggsprodukter/-tjenester: Installasjon av utstyr til utendørsbelysning📦
Tilleggsprodukter/-tjenester: Vedlikehold av veibelysning og trafikklys📦
Tilleggsprodukter/-tjenester: Installasjon av utstyr til gatebelysning📦 Tildelingskriterier
Kostnadskriterium (navn): Cost will be evaluated based on:
* The total evaluation sum based on the offered prices and the stated evaluation amounts.
* Any price consequences of deviations/reservations.
Kostnadskriterium (vekting): 100
Kvalitetskriterium (navn): The contracting authority has set climate and environmental requirements in the requirement specifications, which it is clear that will give a better climate and environmental effect in the procurement than if climate and environmental requirements were met through award criteria in accordance with FOA § 7-9 second and third paragraphs. In this assessment, the Contracting Authority has emphasised that most of the climate footprint in the procurement is connected to the use of vehicles for assignments, including the use of installer cars and lift vehicles.
The contracting authority has set requirements for the fleet to be used in the contract, and based on the assessment of the procurement and the market, the contracting authority believes that the procurement's total climate footprint or environmental impact will be reduced through the requirements that the Contracting Authority has chosen to set in the requirement specification than what one would expect to be achieved if climate and environmental requirements were met through the award criteria.
Kvalitetskriterium (vekting): 0
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0001
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-12-19 11:00:00.000 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: engelsk 🗣️
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 Vilkår for deltakelse
Liste og kort beskrivelse av vilkår:
“The tenderer ́s registration, authorisation: Tenderers shall be registered in a company register, professional register or a commerce register in the...”
Liste og kort beskrivelse av vilkår
The tenderer ́s registration, authorisation: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Documentation requirements:
Norwegian companies: Company Registration Certificate
Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Vis mer Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“The tenderer's economic and financial capacity: Tenderers must have sufficient economic and financial capacity to fulfil the contract.
* Tenderers must...”
Liste og kort beskrivelse av utvelgelseskriterier
The tenderer's economic and financial capacity: Tenderers must have sufficient economic and financial capacity to fulfil the contract.
* Tenderers must achieve a minimum rating of creditworthy.
* Tenderers shall have an annual minimum turnover of NOK 20 million (the last three years 2023, 2022, 2021).
Documentation requirements:
Norwegian companies:
As documentation, the Contracting Authority will obtain a Commercial Delphi Score from Experian. Tenderers must achieve a minimum rating of "credit worthy", i.e. tenderers must be in risk class 4 or higher on experians scale.
Tenderers are required to have known registered information about the company and agree by submitting the tender for the information to be collected and used as a basis for assessing the tenderer's financial conditions.
When submitting their tender offer, the tenderer can enclose a credit rating from a certified credit rating company showing that the tenderer fulfils the requirement. The credit rating shall be based on the last available accounting system and it shall be carried out by a company with licence to carry out credit information activities.
Foreign companies:
- Tenderers are requested to enclose a credit rating from a certified credit rating company that shows that the tenderer fulfils the requirement. The credit rating shall be based on the last available accounting system and it shall be carried out by a company with licence to carry out credit information activities.
A statement of the company's total turnover for the last three (3) available fiscal years.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“The tenderer ́s technical and professional qualifications.: Tenderers shall have sufficient experience of a relevant nature, scope and degree of difficulty...”
Liste og kort beskrivelse av utvelgelseskriterier
The tenderer ́s technical and professional qualifications.: Tenderers shall have sufficient experience of a relevant nature, scope and degree of difficulty from the following works:
1) The main disciplines included in the assignment are: Operation and maintenance assignments related to electrical lighting installations.
2) The following sub-assignments are of significant importance for the contract work:
- Operation and maintenance of Road lights.
Operation and maintenance of Special Systems.
Documentation requirements:
An overview of the most important services that the tenderer has carried out in the last three years, together with information on the contracts ́ value, date of delivery or execution and the name of the recipient. It is the tenderer ́s responsibility to document relevance through the information.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Quality assurance: Tenderers shall have a quality assurance system adapted to the delivery and the risks involved.
Documentation requirements:
...”
Liste og kort beskrivelse av utvelgelseskriterier
Quality assurance: Tenderers shall have a quality assurance system adapted to the delivery and the risks involved.
Documentation requirements:
A description of the tenderer's procedures and measures for quality assurance.
If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, and this is described in the certification, it is sufficient to enclose a copy of a valid certificate. The tenderer shall state where the requirement is safeguarded in the certification.
Vis mer Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Environmental management: Tenderers shall have environmental management measures and procedures that ensure safeguarding the environmental objectives of the...”
Liste og kort beskrivelse av utvelgelseskriterier
Environmental management: Tenderers shall have environmental management measures and procedures that ensure safeguarding the environmental objectives of the procurement.
Documentation requirements:
Tenderers shall describe the environmental management measures that shall be used during the execution of the contract and describe how they can contribute to ensuring that environmental goals are met.
If a tenderer has certificates for third-party certification in accordance with EMAS, ISO 14001, Miljøfyrtårn or equivalent, this can be accepted as documentation provided that they discuss routines and measures for environmental objectives.
Vis mer Vilkår for deltakelse
Hovedfinansieringsvilkår og betalingsordninger og/eller henvisning til relevante bestemmelser som regulerer dem:
“N/A” Vilkår knyttet til kontrakten
Vilkår for kontraktoppfyllelse:
“N/A”
Oppdragsgiver Navn og adresser
Navn: Lyse lux as
Nasjonalt registreringsnummer: 923119159
Postadresse: Breiflåtveien 18
Postnummer: 4017
Poststed: Stavanger
Region: Rogaland🏙️
Land: Norge 🇳🇴
E-post: kontrakt@lyse.no📧
Telefon: +47 51908000📞
URL: https://www.lysekonsern.no/🌏
Adresse til kjøperprofilen: https://www.lysekonsern.no/🌏 Type oppdragsgiver
Regional eller lokal myndighet
Hovedaktivitet
Alminnelige offentlige tjenester
Kommunikasjon
Deltakelses-URL: https://app.artifik.no/procurements/197🌏
Tilgang til konkurransegrunnlaget er begrenset
Utfyllende informasjon Klageinstans
Navn: Sør-Rogaland tingrett
Nasjonalt registreringsnummer: 926723448
Postadresse: Postboks 159 Sentrum
Postnummer: 4001
Poststed: Stavanger
Land: Norge 🇳🇴
E-post: tsropost@domstol.no📧
Telefon: +47 52004600📞
URL: https://www.domstol.no/no/domstoler/tingrett/sor-rogaland-tingrett/🌏 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2024/S 226-707239 (2024-11-19)
Kunngjøring av konkurranse (2024-11-20) Gjenstand Anskaffelsens omfang
Estimert verdi eksklusive mva: 30 000 000 NOK 💰
Prosedyre Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-12-20 11:00:00.000 📅
Kilde: OJS 2024/S 227-711836 (2024-11-20)