Dynamic purchasing system - Consultancy services.

Ringebu municipality shall establish a dynamic purchasing system within consultancy engineering services to cover the municipality ́s needs within the areas; The building and property transport engineering, municipal engineering, environment and nature planning assignment is limited to locations in Ringebu municipality where the municipality is responsible for the assignment. The …

CPV: 71000000 Építészeti, építési, mérnöki és vizsgálati szolgáltatások
A végrehajtás helye:
Dynamic purchasing system - Consultancy services.
Díjat odaítélő szervezet:
Ringebu Kommune
Díj száma:
23/4942
1. Buyer
1.1 Buyer
Official name : [Ringebu Kommune] ---
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services
2. Procedure
2.1 Procedure
Title : Dynamic purchasing system - Consultancy services.
Description : Ringebu municipality shall establish a dynamic purchasing system within consultancy engineering services to cover the municipality ́s needs within the areas; The building and property transport engineering, municipal engineering, environment and nature planning assignment is limited to locations in Ringebu municipality where the municipality is responsible for the assignment. The call-offs/contracts in the dynamic procurement scheme shall be regulated in accordance with the following NS- Standards: NS 8401 Contract on engineering design assignmentNS 8402 Contract on consultancy assignments paid in accordance with hours used. NS 8403 A Contract for construction management assignmentNS 8404 Contract for independent inspection assignments
Procedure identifier : 705a8c9c-dbbc-4a61-93c2-7c0a54d0a418
Internal identifier : 23/4942
Type of procedure : Restricted
The procedure is accelerated : No
Main features of the procedure : Information on dynamic purchasing system: All applications for participation in the procurement scheme will be processed continuously throughout the period of the procurement scheme. I.e. a tenderer at any time in the period that the scheme lasts can send an application to be qualified for the purchasing system. Tenderers who submit applications and fulfil the qualification requirements are approved as suppliers and will be included in the scheme. A tenderer can also opt-out of the scheme at any time. Only when a concrete performance is to be procured will be requested from the suppliers who are approved in the scheme. All tenderers who are qualified in the scheme at the time of publication of the competition will be invited to submit a tender. The competitions that are published on the scheme will have separate requirements including competence requirements. The award criteria will be adapted to the performance that the contracting authority shall have performed. The tender deadline shall be at least 10 days. The contracting authority can at any time extend or end the duration of a dynamic purchasing system. Any changes in the scheme ́s length shall be announced on Doffin.
2.1.1 Purpose
Nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
2.1.2 Place of performance
Country : Norway
Anywhere in the given country
2.1.2 Place of performance
Country subentity : Innlandet ( NO020 )
Country : Norway
2.1.3 Value
Estimated value excluding VAT : 10,000,000 NOK
2.1.4 General information
Legal basis :
Directive 2014/24/EU
2.1.6 Grounds for exclusion
Description : [ 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. ] ---
Description : [ 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. ] ---
Description : [ 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 enforceable verdict 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?<p>Corruption as defined in Article 3 of the convention on corruption, involving servicemen in the European Communities or in 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.</p> ] ---
Description : [ 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. ] ---
Description : [ 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 legally enforceable verdict been convicted of participation in a criminal organisation by a verdict handed down not more than five years ago, or a rejection period set out directly in the judgement that still applies?<p> Participation in a criminal organisation as defined in Article 2 in article 2 of The Council ́s framework decision 2008/841/RIA of 24 October 2008 on combating organised crime (EUT L 300 of 11.11.2008, p. 42)</p> ] ---
Description : [ Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition? ] ---
Description : [ 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. ] ---
Description : [ 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 of a legal verdict been convicted of money laundering or financing terrorism by a judgement handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?<p>Wedding money or financing terrorismAs a rejection period determined directly in the judgement that still applies?<p>White money or financing terrorism. 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).</p> ] ---
Description : [ 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 legally enforceable verdict 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?<p>Speed as discussed in Article 1 of the convention on protection of the European Communities' financial interests (EFT C 316 of 27.11.1995, p. 48).</p> ] ---
Description : [ 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 a legally enforceable verdict been convicted of child labour and other forms of human trafficking by a judgement handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies?<p>Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?<p>Barneworks and other forms of human trafficking as defined in the judgement that still applies?<p>Barneworks and other forms of human trafficking as defined in the judgement that still applies?<p>Barnearbeid and other forms of human trafficking as defined as defined in the judgement that still applies?<p>Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?<p>Barneworks and other forms of human trafficking as defined in the judgement that still applies?<p>Barnearbeid as well as other forms of human trafficking as defined as defined in the judgement?<p article 2 of the European Parliament and the Council ́s directive 2011/36/EU of 5. 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).</p> ] ---
Description : [ 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. ] ---
Description : [ 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. ] ---
Description : [ 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. ] ---
Description : [ If the tenderer: <p>a) has given grossly incorrect information when notifying the information required to check that there is no basis for rejection, or that the qualification requirements are fulfilled, </p><p>b) failed to provide such information, </p><p>c) subject to immediately submitting the supporting documents that the contracting authority requests. or</p><p>d) improperly affected the contracting authority's decision making process in order to acquire confidential information that may give this an unlawful advantage in connection with the competition, or negligently has given misleading information that could have a significant influence on decisions on rejection, selection or award?</p> ] ---
Description : [ 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? ] ---
Description : [ Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents? ] ---
Description : [ 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? ] ---
Description : [ Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents. ] ---
Description : [ 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? ] ---
Description : [ 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. ] ---
Description : [ 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? ] ---
Description : [ 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. ] ---
Description : [ 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? ] ---
Description : [ 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 activity by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?<p> Terrorist acts or punishable acts of terrorism. acts relating to terrorist activity as defined in Articles 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.</p> ] ---
5. Lot
5.1 Lot : LOT-0000
Title : Dynamic purchasing system - Consultancy services.
Description : Ringebu municipality shall establish a dynamic purchasing system within consultancy engineering services to cover the municipality ́s needs within the areas; The building and property transport engineering, municipal engineering, environment and nature planning assignment is limited to locations in Ringebu municipality where the municipality is responsible for the assignment. The call-offs/contracts in the dynamic procurement scheme shall be regulated in accordance with the following NS- Standards: NS 8401 Contract on engineering design assignmentNS 8402 Contract on consultancy assignments paid in accordance with hours used. NS 8403 A Contract for construction management assignmentNS 8404 Contract for independent inspection assignments
Internal identifier : 23/4942
5.1.1 Purpose
Nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
5.1.2 Place of performance
Country : Norway
Anywhere in the given country
5.1.2 Place of performance
Country subentity : Innlandet ( NO020 )
Country : Norway
5.1.3 Estimated duration
Start date : 2023-12-01Z
End date : 2027-11-30Z
5.1.5 Value
Estimated value excluding VAT : 10,000,000 NOK
5.1.6 General information
Reserved participation : None
Procurement Project not financed with EU Funds.
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 : 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 : 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 : 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 : 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 : 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 : 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 : 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 : 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
5.1.11 Procurement documents
Languages in which the procurement documents are officially available : NOR
Address of the procurement documents : [ https://permalink.mercell.com/215389863.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 2027-11-30Z 11:00:00Z
Terms of contract :
Electronic invoicing : Required
Electronic ordering will be used
Electronic payment will be used
5.1.15 Techniques
Framework agreement :
None
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice
5.1.16 Further information, mediation and review
Review organisation : [ Ringebu kommune ] ---
8. Organisations
8.1 ORG-0001
Official name : Ringebu Kommune
Registration number : 939864970
Postal address : Hanstadgata 4
Town : Ringebu
Postcode : 2630
Country : Norway
Contact point : Mari Therese Walle Træet
Telephone : +47 48497097
Fax : +47 61283200
Roles of this organisation :
Buyer
8.1 ORG-0002
Official name : Ringebu kommune
Registration number : 939864970
Department : Ringebu kommune
Postal address : Handstadgata 4
Town : Ringebu
Postcode : 2630
Country : Norway
Contact point : Ringebu kommune
Telephone : 90118884
Roles of this organisation :
Review organisation
11. Notice information
11.1 Notice information
Notice identifier/version : 28b04983-bd69-4b72-ac7b-5453faa8187f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 2023-10-31Z 13:47:48Z
Languages in which this notice is officially available : English
11.2 Publication information
Notice publication number : 00666210-2023
OJ S issue number : 211/2023
Publication date : 2023-11-02Z