Tender Details
Title
Norway – Hotel services – Hotel Accommodations Place of performance:Norway,Anywhere in the given country Main nature of the contract:Services Official name:Rogaland fylkeskommune Type of procedure:Open
Country
Language
English
Organization
Published Date
01.07.2024
Deadline Date
16.09.2024
Overview
388264-2024 - Competition Competition Norway: Hotel services Hotel Accommodations Norway, Anywhere in the given country Type of procedure: Open Buyer Buyer: Rogaland fylkeskommune Email: tove.kristine.heggelund.lavik@rogfk.no Norway, Stavanger LOT-0001: Sub-contract: Oslo Hotel services Norway, Anywhere in the given country Start date: 31/10/2024 Duration end date: 30/10/2026 Deadline for receipt of tenders: 16/09/2024 - 10:00:58 (UTC) LOT-0002: Sub-contract: Lillestrøm Hotel services Norway, Anywhere in the given country Start date: 31/10/2024 Duration end date: 30/10/2026 Deadline for receipt of tenders: 16/09/2024 - 10:00:58 (UTC) LOT-0003: Sub-contract: Bergen Hotel services Norway, Anywhere in the given country Start date: 31/10/2024 Duration end date: 30/10/2026 Deadline for receipt of tenders: 16/09/2024 - 10:00:58 (UTC) LOT-0004: Sub-contract: Trondheim Hotel services Norway, Anywhere in the given country Start date: 31/10/2024 Duration end date: 30/10/2026 Deadline for receipt of tenders: 16/09/2024 - 10:00:58 (UTC) LOT-0005: Sub-contract: Haugesund Hotel services Norway, Anywhere in the given country Start date: 31/10/2024 Duration end date: 30/10/2026 Deadline for receipt of tenders: 16/09/2024 - 10:00:58 (UTC) LOT-0006: Sub-contract: Stavanger Hotel services Norway, Anywhere in the given country Start date: 31/10/2024 Duration end date: 30/10/2026 Deadline for receipt of tenders: 16/09/2024 - 10:00:58 (UTC) 388264-2024 - Competition Norway – Hotel services – Hotel Accommodations OJ S 126/2024 01/07/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Rogaland fylkeskommune Email: tove.kristine.heggelund.lavik@rogfk.no Legal type of the buyer: Regional authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Hotel Accommodations Description: Rogaland County shall enter into a framework agreement for overnight stays in hotels in several locations in Norway. In 2023 Rogaland county had the most overnight stays in Oslo, Lillestrøm, Bergen, Trondheim, Haugesund and Stavanger. The need and objective of the procurement is to cover individual journeys for employees in RFK. Procedure identifier: b9d6b6d3-1546-4557-b42e-a0fad9c72e51 Internal identifier: 2024/41863 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 55100000 Hotel services Additional classification (cpv): 55110000 Hotel accommodation services, 55130000 Other hotel services 2.1.2. Place of performance Country: Norway Anywhere in the given country 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.5. Terms of procurement Terms of submission: The tenderer must submit tenders for all lots 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: Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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? 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? Direct or indirect involvement in the preparation of this procurement procedure: Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition? 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-0001 Title: Sub-contract: Oslo Description: Rogaland County shall enter into a framework agreement for overnight stays in hotels in several locations in Norway. In 2023 Rogaland county had the most overnight stays in Oslo, Lillestrøm, Bergen, Trondheim, Haugesund and Stavanger. The need and objective of the procurement is to cover individual journeys for employees in RFK. Internal identifier: 2024/41863 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 55100000 Hotel services 5.1.2. Place of performance Country: Norway Anywhere in the given country Additional information: Oslo 5.1.3. Estimated duration Start date: 31/10/2024 Duration end date: 30/10/2026 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Renewal lenght is 1 months 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): no 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Economic and financial capacity to implement the assignment. Use of this criterion: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Use of this criterion: Used Criterion: Type: Technical and professional ability Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Environmental management system Use of this criterion: Used 5.1.11. Procurement documents Deadline for requesting additional information: 08/09/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=25001 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=25001&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Deadline for receipt of tenders: 16/09/2024 10:00:58 (UTC) Deadline until which the tender must remain valid: 105 Days Information about public opening: Opening date: 16/09/2024 10:01:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Sør-Rogaland tingrett 5.1. Lot: LOT-0002 Title: Sub-contract: Lillestrøm Description: Rogaland County shall enter into a framework agreement for overnight stays in hotels in several locations in Norway. In 2023 Rogaland county had the most overnight stays in Oslo, Lillestrøm, Bergen, Trondheim, Haugesund and Stavanger. The need and objective of the procurement is to cover individual journeys for employees in RFK. Internal identifier: 2024/41863 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 55100000 Hotel services 5.1.2. Place of performance Country: Norway Anywhere in the given country Additional information: Lillestrøm 5.1.3. Estimated duration Start date: 31/10/2024 Duration end date: 30/10/2026 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Renewal lenght is 1 months 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): no 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Economic and financial capacity to implement the assignment. Use of this criterion: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Use of this criterion: Used Criterion: Type: Technical and professional ability Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Environmental management system Use of this criterion: Used 5.1.11. Procurement documents Deadline for requesting additional information: 08/09/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=25001 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=25001&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Deadline for receipt of tenders: 16/09/2024 10:00:58 (UTC) Deadline until which the tender must remain valid: 105 Days Information about public opening: Opening date: 16/09/2024 10:01:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Sør-Rogaland tingrett 5.1. Lot: LOT-0003 Title: Sub-contract: Bergen Description: Rogaland County shall enter into a framework agreement for overnight stays in hotels in several locations in Norway. In 2023 Rogaland county had the most overnight stays in Oslo, Lillestrøm, Bergen, Trondheim, Haugesund and Stavanger. The need and objective of the procurement is to cover individual journeys for employees in RFK. Internal identifier: 2024/41863 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 55100000 Hotel services 5.1.2. Place of performance Country: Norway Anywhere in the given country Additional information: Bergen 5.1.3. Estimated duration Start date: 31/10/2024 Duration end date: 30/10/2026 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Renewal lenght is 1 months 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): no 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Economic and financial capacity to implement the assignment. Use of this criterion: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Use of this criterion: Used Criterion: Type: Technical and professional ability Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Environmental management system Use of this criterion: Used 5.1.11. Procurement documents Deadline for requesting additional information: 08/09/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=25001 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=25001&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Deadline for receipt of tenders: 16/09/2024 10:00:58 (UTC) Deadline until which the tender must remain valid: 105 Days Information about public opening: Opening date: 16/09/2024 10:01:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Sør-Rogaland tingrett 5.1. Lot: LOT-0004 Title: Sub-contract: Trondheim Description: Rogaland County shall enter into a framework agreement for overnight stays in hotels in several locations in Norway. In 2023 Rogaland county had the most overnight stays in Oslo, Lillestrøm, Bergen, Trondheim, Haugesund and Stavanger. The need and objective of the procurement is to cover individual journeys for employees in RFK. Internal identifier: 2024/41863 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 55100000 Hotel services 5.1.2. Place of performance Country: Norway Anywhere in the given country Additional information: Trondheim 5.1.3. Estimated duration Start date: 31/10/2024 Duration end date: 30/10/2026 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Renewal lenght is 1 months 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): no 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Economic and financial capacity to implement the assignment. Use of this criterion: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Use of this criterion: Used Criterion: Type: Technical and professional ability Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Environmental management system Use of this criterion: Used 5.1.11. Procurement documents Deadline for requesting additional information: 08/09/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=25001 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=25001&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Deadline for receipt of tenders: 16/09/2024 10:00:58 (UTC) Deadline until which the tender must remain valid: 105 Days Information about public opening: Opening date: 16/09/2024 10:01:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Sør-Rogaland tingrett 5.1. Lot: LOT-0005 Title: Sub-contract: Haugesund Description: Rogaland County shall enter into a framework agreement for overnight stays in hotels in several locations in Norway. In 2023 Rogaland county had the most overnight stays in Oslo, Lillestrøm, Bergen, Trondheim, Haugesund and Stavanger. The need and objective of the procurement is to cover individual journeys for employees in RFK. Internal identifier: 2024/41863 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 55100000 Hotel services 5.1.2. Place of performance Country: Norway Anywhere in the given country Additional information: Haugesund 5.1.3. Estimated duration Start date: 31/10/2024 Duration end date: 30/10/2026 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Renewal lenght is 1 months 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): no 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Economic and financial capacity to implement the assignment. Use of this criterion: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Use of this criterion: Used Criterion: Type: Technical and professional ability Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Environmental management system Use of this criterion: Used 5.1.11. Procurement documents Deadline for requesting additional information: 08/09/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=25001 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=25001&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Deadline for receipt of tenders: 16/09/2024 10:00:58 (UTC) Deadline until which the tender must remain valid: 105 Days Information about public opening: Opening date: 16/09/2024 10:01:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Sør-Rogaland tingrett 5.1. Lot: LOT-0006 Title: Sub-contract: Stavanger Description: Rogaland County shall enter into a framework agreement for overnight stays in hotels in several locations in Norway. In 2023 Rogaland county had the most overnight stays in Oslo, Lillestrøm, Bergen, Trondheim, Haugesund and Stavanger. The need and objective of the procurement is to cover individual journeys for employees in RFK. Internal identifier: 2024/41863 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 55100000 Hotel services 5.1.2. Place of performance Country: Norway Anywhere in the given country Additional information: Stavanger 5.1.3. Estimated duration Start date: 31/10/2024 Duration end date: 30/10/2026 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Renewal lenght is 1 months 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): no 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Economic and financial capacity to implement the assignment. Use of this criterion: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Use of this criterion: Used Criterion: Type: Technical and professional ability Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Environmental management system Use of this criterion: Used 5.1.11. Procurement documents Deadline for requesting additional information: 08/09/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=25001 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=25001&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Deadline for receipt of tenders: 16/09/2024 10:00:58 (UTC) Deadline until which the tender must remain valid: 105 Days Information about public opening: Opening date: 16/09/2024 10:01:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Sør-Rogaland tingrett 8. Organisations 8.1. ORG-0001 Official name: Rogaland fylkeskommune Registration number: 971 045 698 Department: Faggruppe anskaffelser Postal address: Arkitekt Eckhoffsgate 1 Town: Stavanger Postcode: 4010 Country: Norway Contact point: Tove Kristine Heggelund Lavik Email: tove.kristine.heggelund.lavik@rogfk.no Telephone: +47 51516600 Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Sør-Rogaland tingrett Registration number: 926 723 448 Postal address: Postboks 159 Town: Stavanger Postcode: 4001 Country subdivision (NUTS): Rogaland (NO0A1) Country: Norway Email: sor-rogaland.tingrett@domstol.no Telephone: 52 00 46 00 Internet address: https://www.domstol.no/no/domstoler/tingrett/sor-rogaland-tingrett/ Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 3ed929f6-27bf-4183-bf82-53a47947a036 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 27/06/2024 13:29:34 (UTC) Notice dispatch date (eSender): 27/06/2024 13:40:57 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 388264-2024 OJ S issue number: 126/2024 Publication date: 01/07/2024 Czech document download: https://ted.europa.eu/cs/notice/388264-2024/pdf Danish document download: https://ted.europa.eu/da/notice/388264-2024/pdf German document download: https://ted.europa.eu/de/notice/388264-2024/pdf Greek document download: https://ted.europa.eu/el/notice/388264-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/388264-2024/pdf English document download: https://ted.europa.eu/en/notice/388264-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/388264-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/388264-2024/pdf French document download: https://ted.europa.eu/fr/notice/388264-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/388264-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/388264-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/388264-2024/pdf Italian document download: https://ted.europa.eu/it/notice/388264-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/388264-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/388264-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/388264-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/388264-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/388264-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/388264-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/388264-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/388264-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/388264-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/388264-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/388264-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Electric Power Transmission Regulation Copper Religious Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Regulation Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Hotel, restaurant and retail trade services System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Lavatory seats, covers, bowls and cisterns Publications Control, safety or signalling equipment for inland waterways Lead Seals Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Forms Accommodation, building and window cleaning services Rings, seals, bands, sticks and grout packers Pressure-reducing, control, check or safety valves Catalogues Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Control, safety or signalling equipment for airports Dates
UNSPSC
Nuts Awards Business cases Environmental management Co financing Hotels Employment Hotel rooms Case making services Seals Securities
Regions
Europe Northern Europe Western Europe
Sectors
Services Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Industry
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert