Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addressesHordaland fylkeskommune v/ Skyss
938 626 367
Postboks 7900
Bergen
5020
Norway
Contact person: Åshild Fossgard Sandøy
E-mail: afs@skyss.no
NUTS code:
NO051Internet address(es):
Main address: http://www.skyss.no
Address of the buyer profile: https://kgv.doffin.no/ctm/Company/CompanyInformation/Index/2651
I.2)Joint procurement
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at: https://anskaffingar.hfk.no/Avantra/Customer/Hordaland/Modules/Purchase/Published/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://anskaffingar.hfk.no/Avantra/Customer/Hordaland/Modules/Purchase/Published/
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activityUrban railway, tramway, trolleybus or bus services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework agreement on Mini Card Mifare Ultralight.
Reference number: HFK-17-208
II.1.2)Main CPV code22459000
II.1.3)Type of contractSupplies
II.1.4)Short description:
The Contracting Authority will enter into a framework agreement for the delivery of mini card Mifare Ultralight. These are used in Skyss's ticket machines in Hordaland. The estimated volume is 1 200 000 cards per year.
II.1.5)Estimated total valueValue excluding VAT: 5 500 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)30199000
33772000
II.2.3)Place of performanceNUTS code: NO051
Main site or place of performance:
II.2.4)Description of the procurement:
The estimated number of mini cards ordered per year is 1 200 000.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 5 500 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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
The tender documentation is available on the county's supplier portal:
https://anskaffingar.hfk.no/Avantra/Customer/Hordaland/Modules/Purchase/Published/
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 shall be a legally established company.
The tenderer must have relevant experience from equivalent assignments.
The tenderer's printing operations shall be environmental labelled/have environmental certification (Swan Ecolabel, Blue Angel, EU Flower or other third party certification that covers the service).
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.4)Objective rules and criteria for participationList and brief description of rules and criteria:
1. The tenderer must have their tax, payroll tax and VAT payments in order.
2. The tenderer must be a legally established company.
3. Tenderers must have relevant experience from equivalent assignments.
4. Tenderer's printing activity shall carry environmental labelling/environmental certification (the Swan Ecolabel, Blue Angel, EU Flower or other third party certification that covers the service).
5. The company shall have good conduct, hereunder, the persons who carry out the ticket control shall have a certificate of good conduct without comments issued by the police.
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Contract terms for the assignment are in the tender documentation.
III.2.3)Information about staff responsible for the performance of the contract
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.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 21/09/2017
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:English, Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 01/11/2017
IV.2.7)Conditions for opening of tendersDate: 25/09/2017
Local time: 13:00
Place:
Contracting Authority's premises.
Information about authorised persons and opening procedure:
Two of the Contracting Authority's representatives.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodySkyss
Postboks 7900
Bergen
5020
Norway
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:23/08/2017