The contracting authority would like to use this procurement to enter into a contract with a tenderer for a pre-system for municipal fees, property taxes and property fees. The foresystem shall be a total system and include systems/modules for handling the following invoice basis for municipal services: Water and sewage fees with water meters. Water and sewage fees without water meters. Waste management fees from Attvin Sludge charge from Attvin Property tax Authority, annual fee inspection inspection authority (oil and fat traps and scattered emissions) Sweeping inspection fees
Frist
Fristen for mottak av tilbud var 2025-06-17.
Anskaffelsen ble publisert 2025-05-16.
Kunngjøring av konkurranse (2025-05-16) Gjenstand Anskaffelsens omfang
Tittel: Procurement - Presystem municipal property fees, 2025
Referansenummer: 25/2234
Kort beskrivelse:
“The contracting authority would like to use this procurement to enter into a contract with a tenderer for a pre-system for municipal fees, property taxes...”
Kort beskrivelse
The contracting authority would like to use this procurement to enter into a contract with a tenderer for a pre-system for municipal fees, property taxes and property fees.
The foresystem shall be a total system and include systems/modules for handling the following invoice basis for municipal services:
Water and sewage fees with water meters.
Water and sewage fees without water meters.
Waste management fees from Attvin
Sludge charge from Attvin
Property tax
Authority, annual fee inspection inspection authority (oil and fat traps and scattered emissions)
Sweeping inspection fees
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Faktureringstjenester📦
Estimert verdi eksklusive mva: 25 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The contracting authority would like to use this procurement to enter into a contract with a tenderer for a pre-system for municipal fees, property taxes...”
Beskrivelse av anskaffelsen
The contracting authority would like to use this procurement to enter into a contract with a tenderer for a pre-system for municipal fees, property taxes and property fees.
The foresystem shall be a total system and include systems/modules for handling the following invoice basis for municipal services:
Water and sewage fees with water meters.
Water and sewage fees without water meters.
Waste management fees from Attvin
Sludge charge from Attvin
Property tax
Authority, annual fee inspection inspection authority (oil and fat traps and scattered emissions)
Sweeping inspection fees
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-06-17 10:00:58 📅
Vilkår for åpning av tilbud: 2025-06-17 10:05:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 89
Juridisk, økonomisk, finansiell og teknisk informasjon Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Demand:
Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have...”
Liste og kort beskrivelse av regler og kriterier
Demand:
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.
Any arrears or other irregularities must be justified.
Documentation requirement:
Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316".
Tenderers order this in Altinn on behalf of their company. When ordering it is important that Ålesund municipality is stated as a copy recipient, so that the contracting authority gets a copy of the certificate directly from Altinn.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Demand:
Tenderers must have the financial capacity to execute the contract.
The tenderer is required to be credit worthy, minimum A, in accordance with...”
Liste og kort beskrivelse av regler og kriterier
Demand:
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 RiskGuardian Suite 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 that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Demand:
The tenderer is required to have experience from at least 1 equivalent assignment in the last 3 years. Equivalent assignments mean delivering a...”
Liste og kort beskrivelse av regler og kriterier
Demand:
The tenderer is required to have experience from at least 1 equivalent assignment in the last 3 years. Equivalent assignments mean delivering a pre-system for invoicing municipal duties to a municipality with more than 20,000 inhabitants.
Documentation requirement:
Completed annex "The Tenderer's experience" or other document with equivalent information (max. 2 A4 pages).