Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityRegional or local agency/office
I.5)Main activityPublic order and safety
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework agreement for tyres and tyre services.
Reference number: 23/01746
II.1.2)Main CPV code34350000 Tyres for heavy/light-duty vehicles
II.1.3)Type of contractSupplies
II.1.4)Short description:
The contracting authority needs to enter into a framework agreement for tyres and tyre services.
In consideration of preparedness, it is uncertain whether tyres on all vehicles will be changed by the chosen tenderer. As a result of this, the Contracting Authority reserves the right to use another supplier in order to see to preparedness considerations. Calculation of the driving distance and time from the location to the supplier is used as the basis for this assessment.
II.1.5)Estimated total valueValue excluding VAT: 2 500 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)34000000 Transport equipment and auxiliary products to transportation
34300000 Parts and accessories for vehicles and their engines
34351000 Light-duty tyres
34351100 Tyres for motor cars
34352000 Heavy-duty tyres
34352100 Tyres for trucks
50000000 Repair and maintenance services
50100000 Repair, maintenance and associated services of vehicles and related equipment
50110000 Repair and maintenance services of motor vehicles and associated equipment
50116000 Maintenance and repair services related to specific parts of vehicles
II.2.3)Place of performanceNUTS code: NO0A1 Rogaland
II.2.4)Description of the procurement:
The contracting authority needs to enter into a framework agreement for tyres and tyre services.
In consideration of preparedness, it is uncertain whether tyres on all vehicles will be changed by the chosen tenderer. As a result of this, the Contracting Authority reserves the right to use another supplier in order to see to preparedness considerations. Calculation of the driving distance and time from the location to the supplier is used as the basis for this assessment.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Service / Weighting: 20%
Quality criterion - Name: Environment / Weighting: 10 %
Price - Weighting: 70 %
II.2.6)Estimated valueValue excluding VAT: 2 500 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
As an option, the contracting authority can extend the contract for up to one year at a time, to a maximum combined contract period of four years.
The framework agreement options for one year + one year extension can only be triggered in writing by the contracting authority at any time during the contract period.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Tenderers must be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Tenderers must as a minimum achieve a rating of 'Credit worthy', i.e. the tenderer must be in risk classification 5 or higher on the Experian scale.
Minimum level(s) of standards possibly required:
As documentation the contracting authority will obtain the credit evaluation Commercial Delphi Score from Experian (The contracting authority subscribes to services from Experian).
Tenderers are expected to have familiarised himself with registered information about the company and by submission of the tender accepts that the information will be obtained and form the basis of the assessment of the tenderer's economic situation.
Tenderers can attach a credit rating from a certified credit rating company showing that the tenderer fulfils the requirement. The credit assessment must be based on the last available accounting figures.
If a tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the contracting authority deems suitable.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Tenderers must have experience which demonstrates that the tenderer is capable of handling the contract in terms of scope and complexity.
This can, for example, be two (2) relevant/similar contracts or other relationships that demonstrate that the tenderer is able to handle the contract.
Minimum level(s) of standards possibly required:
Documentation requirement: Tenderers must attach a list of the most important relevant assignments the last 3 (three) years. The description must include a statement of the assignment value, dates and recipients (name, telephone number and e-mail address). It is the tenderer's responsibility to confirm relevance through the description. The references will only be contacted if required.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Are stated in the tender documents with annexes.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 03/03/2023
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 01/06/2023
IV.2.7)Conditions for opening of tendersDate: 03/03/2023
Local time: 12:00
Place:
Information about authorised persons and opening procedure:
Sandnes Municipality Procurements.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Sør-Rogaland tingrett
Town: Stavanger
Postal code: 4001
Country: Norway
VI.4.2)Body responsible for mediation proceduresOfficial name: Sør-Rogaland tingrett
Town: Stavanger
Postal code: 4001
Country: Norway
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Sandnes kommune
Town: Sandnes
Postal code: 4306
Country: Norway
VI.5)Date of dispatch of this notice:30/01/2023