The contracting authority ́s objective with this procurement is to enter into a contract for renovation of existing public chairs connected to Store Scene, or alternatively to have new public chairs delivered. Systems shall be offered that safeguard the lounge ́s aesthetic, ergonomic and acoustic qualities, with respect for the building's cultural memorial values and practical operational needs. The procurement is divided into four alternative deliveries, with only one of the alternatives being implemented. The reason the procurement is divided into four alternatives is that the builder must be able to handle uncertainty connected to the budget framework and the technical condition of the existing chairs. Alternative deliveries in prioritised order: 1) Alternative 2: Upgraded renovation of existing chairs with improved seating comfort and optimised acoustic adaptation 2) Alternative 1: Renovation of existing chairs 3) Alternative 4: New, upgraded chairs 4) Alternative 3: New chairs The tenderer can choose to submit a tender for one or several of the alternatives. The contracting authority has ambitions to continue and upgrade the current public chairs. As stated in the list, alternative 2 will be the preferred option. The contracting authority ́s evaluation of the alternatives: Tenders for the alternative with the highest priority (alternative 2) will be evaluated first. If the contracting authority receives tenders that fulfil the requirements for alternative 2 that are within the budget limit, the contracting authority will award the contract to one of these tenderers. The evaluation will then be completed and the contracting authority will not evaluate tenders for any of the other alternatives. If the contracting authority does not receive tenders for alternative 2 within the budget limit, the contracting authority will move on to assessing tenders for alternative 1, which has the second highest priority. This will allow the contracting authority to continue down the priority list until there is a tender that fulfils the requirements for the alternative in question within the budget limit. See further information on the project and the need in annex 1.
Frist
Fristen for mottak av tilbud var 2025-05-21.
Anskaffelsen ble publisert 2025-04-15.
Kunngjøring av konkurranse (2025-04-15) Gjenstand Anskaffelsens omfang
Tittel: Public chairs DNS
Referansenummer: 24016
Kort beskrivelse:
“The contracting authority ́s objective with this procurement is to enter into a contract for renovation of existing public chairs connected to Store Scene,...”
Kort beskrivelse
The contracting authority ́s objective with this procurement is to enter into a contract for renovation of existing public chairs connected to Store Scene, or alternatively to have new public chairs delivered. Systems shall be offered that safeguard the lounge ́s aesthetic, ergonomic and acoustic qualities, with respect for the building's cultural memorial values and practical operational needs. The procurement is divided into four alternative deliveries, with only one of the alternatives being implemented. The reason the procurement is divided into four alternatives is that the builder must be able to handle uncertainty connected to the budget framework and the technical condition of the existing chairs. Alternative deliveries in prioritised order: 1) Alternative 2: Upgraded renovation of existing chairs with improved seating comfort and optimised acoustic adaptation 2) Alternative 1: Renovation of existing chairs 3) Alternative 4: New, upgraded chairs 4) Alternative 3: New chairs The tenderer can choose to submit a tender for one or several of the alternatives. The contracting authority has ambitions to continue and upgrade the current public chairs. As stated in the list, alternative 2 will be the preferred option. The contracting authority ́s evaluation of the alternatives: Tenders for the alternative with the highest priority (alternative 2) will be evaluated first. If the contracting authority receives tenders that fulfil the requirements for alternative 2 that are within the budget limit, the contracting authority will award the contract to one of these tenderers. The evaluation will then be completed and the contracting authority will not evaluate tenders for any of the other alternatives. If the contracting authority does not receive tenders for alternative 2 within the budget limit, the contracting authority will move on to assessing tenders for alternative 1, which has the second highest priority. This will allow the contracting authority to continue down the priority list until there is a tender that fulfils the requirements for the alternative in question within the budget limit. See further information on the project and the need in annex 1.
Vis mer
Kontrakttype: Bygge- og anleggsarbeid
Produkter/tjenester: Bygge- og anleggsvirksomhet📦 Informasjon om delkontrakter
Denne kontrakten er delt opp i delkontrakter ✅
Tilbud kan leveres for et maksimalt antall delkontrakter: 4
2️⃣
Beskrivelse av anskaffelsen:
“Alternative 2 includes upgraded renovation of existing chairs.” Tittel
Identifikasjonsnummer for delkontrakt: LOT-0002
3️⃣
Beskrivelse av anskaffelsen:
“Alternative 3 includes the delivery of new chairs.” Tittel
Identifikasjonsnummer for delkontrakt: LOT-0003
4️⃣
Beskrivelse av anskaffelsen:
“Alternative 4 includes new chairs in the upgraded version.” Tittel
Identifikasjonsnummer for delkontrakt: LOT-0004
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-05-21 10:00:00 📅
Vilkår for åpning av tilbud: 2025-05-21 10:00:00 📅
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:
“Economic and financial position requirements: Requirement: Tenderers shall have sufficient economic and financial capacity to be able to fulfil the...”
Liste og kort beskrivelse av utvelgelseskriterier
Economic and financial position requirements: Requirement: Tenderers shall have sufficient economic and financial capacity to be able to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, services, risk and duration. Documentation: Credit assessment from a certified credit rating company based on the most recent accounting figures. The key figures in the accounts must be presented together with an assessment of the tenderer's payment experience.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Requirement for a quality management system.: Requirement: Tenderers shall have good routines for quality management. Documentation: Documentation shall be...”
Liste og kort beskrivelse av regler og kriterier
Requirement for a quality management system.: Requirement: Tenderers shall have good routines for quality management. Documentation: Documentation shall be given in one of the following ways: Alternative 1: Description of the company's policy for quality management, with emphasis on quality assurance, resource management, manager ́s responsibility and continuous analysis and improvement. Alternative 2: If the tenderer has an ISO 9001 certificate or equivalent, the certificate can be attached as documentation.
Vis mer
Liste og kort beskrivelse av vilkår:
“Registration, authorisation, etc. requirements.: Requirement: Tenderers shall be registered in a company register, professional register or a commerce...”
Liste og kort beskrivelse av vilkår
Registration, authorisation, etc. requirements.: Requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation: • 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 Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirements regarding technical and professional qualifications.: Requirement: The tenderer shall have good experience with the execution of similar...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements regarding technical and professional qualifications.: Requirement: The tenderer shall have good experience with the execution of similar deliveries. Similar deliveries means deliveries of a comparable nature, size and complexity to what the alternatives the tenderer submits a tender for (ref. alternatives 1-4 as described in point 3.2 above and in annex 1). Documentation: Description of the tenderer's most relevant deliveries in the last 5 years. The description must include a statement of the project name, contracting authority, the project ́s total cost and length, the tenderer ́s role in the project, scope in NOK and date of the delivery as well as a description of the delivery. Use the template in part I annex 5 Reference Form. It is the tenderer ́s responsibility to document relevance through the description.
Utfyllende informasjon Klageinstans
Navn: Hordaland tingrett
Nasjonalt registreringsnummer: 926723367
Poststed: Bergen
Land: Norge 🇳🇴
E-post: hordaland.tingrett@domstol.no📧
Telefon: 55699700📞 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2025/S 077-257881 (2025-04-15)