Dynamic purchasing system for the hire of lorries and site machines with and without drivers, vibration measurements, pressure testing and pipe inspections.

ROR Innkjøp is now establishing a dynamic purchasing system (DIO) for the hire of lorries and construction machines with and without drivers, vibration measurements, pressure testing and pipe inspections in accordance with chapter 22 in chapter 22 of the Regulations on Procurement Regulations in the supply sectors (supply regulations). This …

CPV: 43132200 Plataforma de perforación, 45111211 Trabajos de voladura, 60181000 Alquiler de camiones con conductor, 60182000 Alquiler de vehículos industriales con conductor, 71356000 Servicios técnicos, 71631430 Servicios de verificación de fugas, 76600000 Servicios de inspección de tuberías
Lugar de ejecución:
Dynamic purchasing system for the hire of lorries and site machines with and without drivers, vibration measurements, pressure testing and pipe inspections.
Organismo adjudicador:
Molde Kommune
Número de premio:
23/14241
1. Buyer
1.1 Buyer
Official name : Molde Kommune
Activity of the contracting entity : Water-related activities
2. Procedure
2.1 Procedure
Title : Dynamic purchasing system for the hire of lorries and site machines with and without drivers, vibration measurements, pressure testing and pipe inspections.
Description : ROR Innkjøp is now establishing a dynamic purchasing system (DIO) for the hire of lorries and construction machines with and without drivers, vibration measurements, pressure testing and pipe inspections in accordance with chapter 22 in chapter 22 of the Regulations on Procurement Regulations in the supply sectors (supply regulations). This means that when Molde municipality, with associated units, as well as Molde water and sewage KF, shall hire lorries and construction machinery, with without drivers, hire assistance with carrying out vibration measurements, pressure testing and pipe inspections, competitions will be held in the dynamic procurement scheme (reservations and limitations are described in chapter 1.2.5). All tenderers included in the procurement scheme can then submit tenders for each competition for the category for which they are qualified.
Procedure identifier : be8d2137-5d0c-4a46-87f0-86ec28f57a7d
Internal identifier : 23/14241
Type of procedure : Restricted
The procedure is accelerated : No
Main features of the procedure : ROR Innkjøp is now establishing a dynamic purchasing system (DIO) for the hire of lorries and construction machines with and without drivers, vibration measurements, pressure testing and pipe inspections in accordance with chapter 22 in chapter 22 of the Regulations on Procurement Regulations in the supply sectors (supply regulations). This means that when Molde municipality, with associated units, as well as Molde water and sewage KF, shall hire lorries and construction machinery, with without drivers, hire assistance with carrying out vibration measurements, pressure testing and pipe inspections, competitions will be held in the dynamic procurement scheme (reservations and limitations are described in chapter 1.2.5). All tenderers included in the procurement scheme can then submit tenders for each competition for the category for which they are qualified.
2.1.1 Purpose
Nature of the contract : Services
Main classification ( cpv ): 60182000 Hire of industrial vehicles with driver
Additional classification ( cpv ): 43132200 Drilling rig
Additional classification ( cpv ): 45111211 Blasting work
Additional classification ( cpv ): 60181000 Hire of trucks with driver
Additional classification ( cpv ): 71356000 Technical services
Additional classification ( cpv ): 71631430 Leak-testing services
Additional classification ( cpv ): 76600000 Pipeline-inspection services
2.1.2 Place of performance
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
2.1.3 Value
Estimated value excluding VAT : 180,000,000 NOK
2.1.4 General information
Legal basis :
Directive 2014/25/EU
Forsyningsforskriften -
2.1.6 Grounds for exclusion
Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
5. Lot
5.1 Lot : LOT-0000
Title : Dynamic purchasing system for the hire of lorries and site machines with and without drivers, vibration measurements, pressure testing and pipe inspections.
Description : ROR Innkjøp is now establishing a dynamic purchasing system (DIO) for the hire of lorries and construction machines with and without drivers, vibration measurements, pressure testing and pipe inspections in accordance with chapter 22 in chapter 22 of the Regulations on Procurement Regulations in the supply sectors (supply regulations). This means that when Molde municipality, with associated units, as well as Molde water and sewage KF, shall hire lorries and construction machinery, with without drivers, hire assistance with carrying out vibration measurements, pressure testing and pipe inspections, competitions will be held in the dynamic procurement scheme (reservations and limitations are described in chapter 1.2.5). All tenderers included in the procurement scheme can then submit tenders for each competition for the category for which they are qualified.
Internal identifier : 23/14241
5.1.1 Purpose
Nature of the contract : Services
Main classification ( cpv ): 60182000 Hire of industrial vehicles with driver
Additional classification ( cpv ): 43132200 Drilling rig
Additional classification ( cpv ): 45111211 Blasting work
Additional classification ( cpv ): 60181000 Hire of trucks with driver
Additional classification ( cpv ): 71356000 Technical services
Additional classification ( cpv ): 71631430 Leak-testing services
Additional classification ( cpv ): 76600000 Pipeline-inspection services
5.1.2 Place of performance
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :
5.1.3 Estimated duration
Start date : 2023-12-20Z
End date : 2034-01-02Z
5.1.4 Renewal
Maximum renewals : 0
5.1.5 Value
Estimated value excluding VAT : 180,000,000 NOK
5.1.6 General information
Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
This procurement is also suitable for small and medium-sized enterprises (SMEs)
5.1.9 Selection criteria
Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial position
Description : Requirement: The tenderer must have a financial position which enables him to execute the delivery. Documentation: Documentation is not required to be submitted by Norwegian tenderers; the contracting authority will check the accounting information and key figures from the Brønnøysund Register Centre itself. Foreign tenderers must submit annual reports for the last 3 years, including accounts with notes, as well as the auditor's report. - If the tenderer believes additional information is necessary to prove his financial position, it must be enclosed without the Contracting Authority requesting it. - The contracting authority can also request further documentation if there are uncertainties in the above mentioned information. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : Requirement: Tenderers shall have signed liability insurance. Documentation: A copy of the tenderer ́s insurance certificate shall be submitted. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Quality Assurance System
Description : Requirement: Tenderers shall have a quality system/quality assurance standard adapted to the delivery. Documentation: A description of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of valid certificate ISO 9001 or equivalent quality assurance certifications, c.f. the utilities regulations § 12-2. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation: Tax certificate not older than six months from the tender deadline. Tax certificate means: Norwegian tenderers: A tax and VAT certificate issued by the tax collection office. Foreign tenderers: Equivalent certificates from their own country that show that they have an orderly system for the payment of taxes and duties. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration
Description : Requirement: Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Documentation: Company Registration Certificate or equivalent from the tenderer's home country. Documentation for Norwegian tenderers is not required to be submitted. The contracting authority will check the necessary information in the Brønnøysund Register Centre itself. If this is unclear, documentation (a Company Registration Certificate) can be required.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Wages and working conditions
Description : Requirement: The tenderer shall, in their contracts, require that employees at the tenderer and any sub-suppliers who directly contribute to the fulfilment of the contract, have wages and working conditions that are not worse than that resulting from the applicable nationwide tariff agreement, or what is otherwise normal for the relevant place and profession. Documentation: A completed self-declaration on wages and working conditions in public contracts (annex 1).
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Experience
Description : Requirement: Experience from comparable contracts is required. Documentation: Description of the tenderer's three most relevant contracts in the course of the last 5 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : System for traceability in the supplier chain.
Description : Requirement: Tenderers shall have a system for traceability in the supplier chain and guidelines for socially responsible production. Documentation: Self-declaration on Ethics signed by a responsible representative (annex 2). Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Health, environment and safety.
Description : Requirement: Tenderers shall ensure that they work systematically with health, environment and safety legislation. Documentation: A completed and signed HSE self-declaration (annex 3). Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Special qualification requirements for category 2 - Transport licence for lorries.
Description : Requirement: Tenderers shall have a transport licence for the hire of a lorry. Documentation: Documentation is not required to be submitted. The contracting authority will check the necessary registers itself. If necessary, tenderers can be asked to present documentation. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Special qualification requirements for category 3 - Valid certificate/certification for handling blasting material.
Description : Requirement: Tenderers shall have a valid certificate/valid certification for the storage, freight and use of relevant blasting material. Documentation: Copy of relevant and valid certificate/certification. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Special qualification requirements for category 5 - Operator proof for pressure testing and disinfection, as well as operator proof for pipe inspections.
Description : Requirement: Tenderers shall have operator proof from RIN, or equivalent, for pressure testing and disinfection. Tenderers shall equivalently have operator proof from RIN, or equivalent, for pipe inspections. Documentation: Copy of valid operator proof. Minimum qualification requirements
Use of this criterion : Used
5.1.11 Procurement documents
Languages in which the procurement documents are officially available : NOR
Address of the procurement documents : https://permalink.mercell.com/219007931.aspx,
5.1.12 Terms of procurement
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 2034-01-02Z 22:59:00Z
Terms of contract :
Conditions relating to the performance of the contract : The terms of the agreement in this procurement scheme ́s competitions will be in each procurement and it will be based on the current contract and contract terms for ROR Innkjøp. All contract terms are in each individual competition that is announced in the procurement scheme.
Electronic invoicing : Required
Electronic ordering will be used
Electronic payment will be used
Financial arrangement : The terms of the agreement in this procurement scheme ́s competitions will be in each procurement and it will be based on the current contract and contract terms for ROR Innkjøp. All contract terms are in each individual competition that is announced in the procurement scheme.
5.1.15 Techniques
Framework agreement :
No framework agreement
Information about the dynamic purchasing system
Dynamic purchasing system, only usable by buyers listed in this notice
Electronic auction :
5.1.16 Further information, mediation and review
Review organisation : Møre og Romsdal Tingrett
Organisation providing additional information about the procurement procedure : Molde Kommune
8. Organisations
8.1 ORG-0001
Official name : Molde Kommune
Registration number : 921221967
Postal address : Rådhusplassen 1
Town : MOLDE
Postcode : 6413
Country : Norway
Contact point : Hans Kåre Oppigård
Telephone : +47 71111000
Fax : +47 71111025
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
8.1 ORG-0002
Official name : Møre og Romsdal Tingrett
Registration number : 926723200
Town : Ålesund
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : +4770334700
Roles of this organisation :
Review organisation
11. Notice information
11.1 Notice information
Notice identifier/version : 0b4a6e2a-a99d-4f29-bb8d-a60e6a8a8503 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 2023-12-20Z 14:07:27Z
Languages in which this notice is officially available : English
11.2 Publication information
Notice publication number : 00782805-2023
OJ S issue number : 247/2023
Publication date : 2023-12-22Z