Laboratory services (Норвегия - Тендер #39064833) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Норвегия (другие тендеры и закупки Норвегия) Организатор тендера: Trøndelag fylkeskommune Номер конкурса: 39064833 Дата публикации: 08-03-2023 Сумма контракта: 19 427 532 (Российский рубль) Цена оригинальная: 3 500 000 (Норвежская крона) Источник тендера: Единая система закупок Европейского союза TED |
||
Framework agreement - Analysis services Legionella
Reference number: 202311722Trøndelag County (TRFK) owns and has operation and / or maintenance responsibility at 32 sixth form colleges, from Røros in the south to Ytre Namdal in the north. TRFK has currently two county buildings, one in Trondheim and one in Steinkjer that is also included in the agreement.
TRFK wants to engage an accredited provider of legionella analyses to perform services as described in Appendix 1 - the Requirement specification and Appendix 3A - price sheet.
Trøndelag County (TRFK) owns and has operation and / or maintenance responsibility at 32 sixth form colleges, from Røros in the south to Ytre Namdal in the north. TRFK has currently two county buildings, one in Trondheim and one in Steinkjer that is also included in the agreement.
TRFK wants to engage an accredited provider of legionella analyses to perform services as described in Appendix 1 - the Requirement specification and Appendix 3A - price sheet.
The estimated value of the agreement is between NOK 2,000,000 - 2,500,000 excluding VAT. The estimated agreement value is for information only, and the contracting authority is not bound by it. The maximum value of the agreement is NOK 3,500,000 excluding VAT The contracting authority intends to carry out sampling at sixth form colleges biannually, with follow-up sampling if required. The contracting authority´s need can vary from year to year.
The agreement is valid from 15.05.2023 to 14.05.2025, with options for one or more extensions of the agreement for up to one (1) year at a time for a period of up to two (2) years. The maximum contract period will therefore be four (4) years.
The agreement is valid from 15.05.2023 to 14.05.2025, with options for one or more extensions of the agreement for up to one (1) year at a time for a period of up to two (2) years. The maximum contract period will therefore be four (4) years.
Requirement: The tenderer must be a legally established enterprise.
Documentation: Norwegian companies: Company registration certificate.
Foreign tenderers: Verification that the company is registered in a trade index or a register of business enterprises as prescribed by the law of the country where the company is established.
Requirement: The tenderer is required to be economic and financially solvent, which gives the contracting authority the guarantee that the tenderer will be financially viable throughout the agreement period.
Tenderers must as a minimum be credit worthy without a requirement for guarantee.
Documentation: Credit evaluation/rating, not older than 3 months based on the last known accounting figures. The rating must be carried out by a public certified credit rating institution. The contracting authority will also be able to retrieve information from the credit rating institution.
Requirement: Tenderers must have carried out a minimum of 3 deliveries that are similar to that described in this tender documentation. Documentation: Tenderers must document three (3) relevant assignments. The description must include a statement of the assignment´s value, date and recipient (name, telephone number and e-mail address). References must be able to be contacted if needed to clarify relevance of the assignment. However, it is the tenderer´s responsibility to provide a description substantiating relevance. Please use Annex 4 Template for references. Requirement: Tenderers are required to have a satisfactory quality assurance system that ensures the quality of the deliveries under this agreement Documentation: Documentation must be submitted in one of the two following ways: Alternative 1: Description of the company"s implemented routines regarding quality management, with emphasis on quality assurance, resource management, manager responsibility and continuous analysis and improvement. Alternative 2: If the tenderer is certified according to ISO 9001 or equivalent 3rd party verified systems, it will be sufficient to enclose a copy of valid certificate. Requirement: The tenderer is required to have an environmental management system to ensure a low environmental impact when carrying out the assignment. Documentation: The tenderer must substantiate an environmental management system that as a minimum consists of routines for safeguarding the following factors: The company"s environmental goals and environmental policy, Strategy in the environmental area, Performance of the service in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration may be submitted describing how the routines are implemented and work. The submission of a valid certificate is sufficient in cases where the procedures are described in the organisation"s quality or environmental management system, in accordance with the Eco-lighthouse scheme, ISO 14001, EMAS or an equivalent system verified by a third-party.