The aim of the agreement is to cover the contracting authority ́s need for partially buried waste wells for collecting waste from household customers, cabin customers and commercial customers in accordance with the requirement specification. Comments on the contract: • Cabin customers: The contracting authority envisages the start of work on upgrading all cabin points, where it is desirable to establish fewer but larger points for the delivery of waste. The work shall be carried out in all 8 owner municipalities, but it is uncertain how long it will take as it is demanding processes. The customer estimates the provisional number based on a five year plan. Points out that this has nothing to do with the duration of the agreement, see point 6.1.4 for the duration of the agreement. It is a prerequisite that plans adopted, application processes go as they should and that there will be budget resolutions for the plans. In connection with the upgrade, increased use of semi buried waste wells, but also other types of collection equipment can be required. • The customer can bypass this agreement when purchasing used products.
Frist
Fristen for mottak av tilbud var 2024-08-12.
Anskaffelsen ble publisert 2024-05-31.
Kunngjøring av konkurranse (2024-05-31) Gjenstand Anskaffelsens omfang
Tittel: Procurement - Waste wells (partially buried), Attvin 2024
Referansenummer: 24/2458
Kort beskrivelse:
“The aim of the agreement is to cover the contracting authority ́s need for partially buried waste wells for collecting waste from household customers, cabin...”
Kort beskrivelse
The aim of the agreement is to cover the contracting authority ́s need for partially buried waste wells for collecting waste from household customers, cabin customers and commercial customers in accordance with the requirement specification.
Comments on the contract:
• Cabin customers: The contracting authority envisages the start of work on upgrading all cabin points, where it is desirable to establish fewer but larger points for the delivery of waste. The work shall be carried out
in all 8 owner municipalities, but it is uncertain how long it will take as it is demanding processes. The customer estimates the provisional number based on a five year plan. Points out that this has nothing to do with the duration of the agreement, see point 6.1.4 for the duration of the agreement. It is a prerequisite that plans
adopted, application processes go as they should and that there will be budget resolutions for the plans. In connection with the upgrade, increased use of semi buried waste wells, but also other types of collection equipment can be required.
• The customer can bypass this agreement when purchasing used products.
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Avfallscontainere📦
Estimert verdi eksklusive mva: 3 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The aim of the agreement is to cover the contracting authority ́s need for partially buried waste wells for collecting waste from household customers, cabin...”
Beskrivelse av anskaffelsen
The aim of the agreement is to cover the contracting authority ́s need for partially buried waste wells for collecting waste from household customers, cabin customers and commercial customers in accordance with the requirement specification.
Comments on the contract:
• Cabin customers: The contracting authority envisages the start of work on upgrading all cabin points, where it is desirable to establish fewer but larger points for the delivery of waste. The work shall be carried out
in all 8 owner municipalities, but it is uncertain how long it will take as it is demanding processes. The customer estimates the provisional number based on a five year plan. Points out that this has nothing to do with the duration of the agreement, see point 6.1.4 for the duration of the agreement. It is a prerequisite that plans
adopted, application processes go as they should and that there will be budget resolutions for the plans. In connection with the upgrade, increased use of semi buried waste wells, but also other types of collection equipment can be required.
• The customer can bypass this agreement when purchasing used products.
If the tenderer has systems for access control with cylinder lock and/or electronic access control, tenderers are encouraged to submit a tender. Tenderers can choose to state price
on only one option or both.
Requirements for the offered system:
• If a tenderer offers access control with a cylinder lock and system key,
One set of system keys and a universal key shall be delivered.
•If a tenderer offers electronic access control, it shall be of the type RFID, i.e. an electronic battery operated unit on the waste well that reads different RFID chips. The system shall have a minimum battery life of 5 years. The offered price shall include a service agreement for administration and
servicing of the system.
Tenderers can choose to provide a price for only one alternative, or both.
Vis mer Informasjon om elektroniske kataloger
Tilbud må presenteres i form av elektroniske kataloger eller inkludere en elektronisk katalog
Tildelingskriterier
Pris ✅
Pris (vekting): 70
Kvalitetskriterium (navn): Environment
Kvalitetskriterium (vekting): 30
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-08-12 10:00:58 📅
Vilkår for åpning av tilbud: 2024-08-12 10:05:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 89
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:
“Payment of tax, VAT and other public duties.: Requirements:
Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the...”
Liste og kort beskrivelse av utvelgelseskriterier
Payment of tax, VAT and other public duties.: Requirements:
Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears.
The requirement only applies to Norwegian tenderers.
Documentation requirement:
After the tender submission, tenderers must give consent for TendSign collecting and the contracting authority receiving information about this via TendSign. After submitting their tender offer in TendSign, the tenderer will receive a request from Altinn for consent to share tax information. The consent is valid at the organisation level and it is valid for 3 (three) months.
If a tenderer does not agree to this, the tenderer must submit a tax and VAT certificate. Tenderers can order such certificates via the Norwegian Tax Administration ́s website. The certificate shall not be older than 6 (six) months calculated from the tender deadline.
Any arrears or other irregularities must be justified.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Credit rating: Requirements:
Tenderers must have the financial capacity to execute the contract.
The tenderer is required to be credit worthy, minimum A,...”
Liste og kort beskrivelse av utvelgelseskriterier
Credit rating: Requirements:
Tenderers must have the financial capacity to execute the contract.
The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite (https://riskguardian.bisnode.no), or have the financial capacity to execute the contract based on the contracting authority ́s discretion.
Documentation requirement:
The Contracting Authority will carry out their own assessment of the supplier's finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation.
The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than the RiskGuardian Suite at
due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit (https://credit.dnb.com/).
Tenderers who are contracting authorities cannot find the RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established suppliers who have not built up the basis for
credit rating, must enclose a declaration/guarantee from the parent company/owner/bank or similar financing institutions regarding the company's financial and economic position.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“The tenderer fulfils the stated qualification requirements:: All the necessary selection criteria specified in the notice or in the procurement documents...”
Liste og kort beskrivelse av regler og kriterier
The tenderer fulfils the stated qualification requirements:: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Experience: Requirements:
The tenderer, or employees at the tenderer are required to have experience from at least two similar assignments in the last...”
Liste og kort beskrivelse av utvelgelseskriterier
Experience: Requirements:
The tenderer, or employees at the tenderer are required to have experience from at least two similar assignments in the last three years. Equivalent assignments means the delivery of completely or partly buried waste wells, with a value of minimum NOK 750,000 excluding VAT per assignment.
Documentation requirement:
The Excel document "the tenderer ́s references" shall be filled in. For each reference assignment, information must be provided on the assignment ́s content, value, date of the assignment, contracting authority, gender neutral preferred at
the contracting authority with an email address and telephone number.
Utfyllende informasjon Klageinstans
Navn: Møre og Romsdal tingrett
Nasjonalt registreringsnummer: 926 723 200
Postadresse: Postboks 1354
Postnummer: 6001
Poststed: Ålesund
Region: Møre og Romsdal🏙️
Land: Norge 🇳🇴
E-post: more.og.romsdal.tingrett@domstol.no📧
Telefon: 70 33 47 00📞
URL: https://www.domstol.no/no/domstoler/tingrett/more-og-romsdal-tingrett/🌏 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2024/S 106-324647 (2024-05-31)