Framework agreement operation of hoppid.no office for Molde municipality 2025 - 2029

The aim of the procurement is to enter into a contract for the operation of the first line service hoppid.no as a hoppid.no office for Molde municipality, c.f. the decision of the main committee for technical, plan, industry and environment in case PS-4/25 in meeting 10.02.2025 and a decision in …

CPV: 79000000 Zakelijke dienstverlening: juridisch, marketing, consulting, drukkerij en beveiliging, 79400000 Adviezen inzake bedrijfsvoering en management, en aanverwante diensten, 79410000 Advies inzake bedrijfsvoering en management, 79411000 Advies inzake algemeen management, 79411100 Advisering omtrent bedrijfsontwikkeling
Deadline:
13 juni 2025 10:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
Framework agreement operation of hoppid.no office for Molde municipality 2025 - 2029
Toekennende instantie:
Molde Kommune
Gunningsnummer:
25/05199

1. Buyer

1.1 Buyer

Official name : Molde Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement operation of hoppid.no office for Molde municipality 2025 - 2029
Description : The aim of the procurement is to enter into a contract for the operation of the first line service hoppid.no as a hoppid.no office for Molde municipality, c.f. the decision of the main committee for technical, plan, industry and environment in case PS-4/25 in meeting 10.02.2025 and a decision in case PS-10/25 in the meeting of 04.03.2025.Operation of the hoppid.no applies to the execution of the obligations in the "Partial agreement on first-line services for establishments in Møre og Romsdal". molde municipality has entered into together with Møre og Romsdal county, Innovasjon Norway and the County Governor of Møre og Romsdal. hoppid.no shall facilitate more and better business establishments. The programme contains both basic guidelines for entrepreneurs, competence raising, networks and financial means. hoppid.no shall offer competent and independent entrepreneur assistance. Further information on the jumping service can be found on the website: https://mrfylke.no/hoppid.noSe the tender documentation and annexes for further information.
Procedure identifier : c4f003da-e39d-4f20-b692-585b5e149505
Internal identifier : 25/05199
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The aim of the procurement is to enter into a contract for the operation of the first line service hoppid.no as a hoppid.no office for Molde municipality, c.f. the decision of the main committee for technical, plan, industry and environment in case PS-4/25 in meeting 10.02.2025 and a decision in case PS-10/25 in the meeting of 04.03.2025.Operation of the hoppid.no applies to the execution of the obligations in the "Partial agreement on first-line services for establishments in Møre og Romsdal". molde municipality has entered into together with Møre og Romsdal county, Innovasjon Norway and the County Governor of Møre og Romsdal. hoppid.no shall facilitate more and better business establishments. The programme contains both basic guidelines for entrepreneurs, competence raising, networks and financial means. hoppid.no shall offer competent and independent entrepreneur assistance. Further information on the jumping service can be found on the website: https://mrfylke.no/hoppid.noSe the tender documentation and annexes for further information.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1).

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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?
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.
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?
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?
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 set under 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?
Breaching obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement operation of hoppid.no office for Molde municipality 2025 - 2029
Description : The aim of the procurement is to enter into a contract for the operation of the first line service hoppid.no as a hoppid.no office for Molde municipality, c.f. the decision of the main committee for technical, plan, industry and environment in case PS-4/25 in meeting 10.02.2025 and a decision in case PS-10/25 in the meeting of 04.03.2025.Operation of the hoppid.no applies to the execution of the obligations in the "Partial agreement on first-line services for establishments in Møre og Romsdal". molde municipality has entered into together with Møre og Romsdal county, Innovasjon Norway and the County Governor of Møre og Romsdal. hoppid.no shall facilitate more and better business establishments. The programme contains both basic guidelines for entrepreneurs, competence raising, networks and financial means. hoppid.no shall offer competent and independent entrepreneur assistance. Further information on the jumping service can be found on the website: https://mrfylke.no/hoppid.noSe the tender documentation and annexes for further information.
Internal identifier : 25/05199

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

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

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Norwegian tenderers must have their tax and public duty payments in order. Documentation requirement: • Tax certificate (shall not be older than 6 months calculated from the deadline for receipt of tenders). This only applies to Norwegian tenderers.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: Norwegian contracting authorities do not need to submit documentation; Here the contracting authority will make notices in open databases to examine the criteria. • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have a quality system adapted to the delivery. Documentation requirement: 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, cf. the Public Procurement Regulations § 16-7.

5.1.11 Procurement documents

Deadline for requesting additional information : 28/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256488815.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 tenders : 13/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 13/06/2025 10:00 +00:00
Additional information : Please note that the bid opening is digital, and a public bid opening will not be held.
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
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal Tingrett -
Information about review deadlines : See the Public Procurement Act LOV-2016-06-17-73.
Organisation providing more information on the review procedures : Møre og Romsdal Tingrett -

8. Organisations

8.1 ORG-0001

Official name : Molde Kommune
Registration number : 921221967
Postal address : Rådhusplassen 1
Town : MOLDE
Postcode : 6413
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Hans Kåre Oppigård
Telephone : +47 71111000
Fax : +47 71111025
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Møre og Romsdal Tingrett
Registration number : 926723200
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70334700
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

10. Change

Version of the previous notice to be changed : 9e02021b-113f-40da-b4eb-d081e7bdf2d1-01
Main reason for change : Information updated
Description : The tender deadline has been extended to 13 June( 12:00) in order to give a sufficient tender deadline, cf. the procurement regulations § 20-2.

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : 1038e249-8379-4cab-84ad-5f7ccc190aaf - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/05/2025 07:34 +00:00
Notice dispatch date (eSender) : 13/05/2025 07:48 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00308272-2025
OJ S issue number : 92/2025
Publication date : 14/05/2025