Norvege – Services d’entretien d’ascenseurs – Framework agreement for the service and maintenance of lifts and lifting platforms.

Ouverte

Norvège

AI Tenders **cliquez sur le + pour accéder au chat IA et poser vos questions **
Avatar
Moussa
Expert en appels d'offres
Bonjour de l’entreprise , je m’appelle Moussa. Je peux vous aider à analyser cet appel d’offres, identifier les points importants et préparer votre réponse. Quelle est votre question ?
 
 
Imprimer cette publication

Résumé :

480321-2024 – Mise en concurrence

Norvège – Services d’entretien d’ascenseurs – Framework agreement for the service and maintenance of lifts and lifting platforms.
OJ S 155/2024 09/08/2024
Avis de marché ou de concession – régime ordinaire

Services

1. Acheteur
1.1.
Acheteur
Nom officielIndre Østfold kommune
Adresse électroniqueper.erik.skogan@io.kommune.no
Forme juridique de l’acheteur: Autorité régionale
Activité du pouvoir adjudicateur: Services d’administration générale

1.1.
Acheteur
Nom officielSarpsborg kommune
Adresse électroniquepostmottak@sarpsborg.com
Forme juridique de l’acheteur: Organisme de droit public, contrôlé par une autorité locale
Activité du pouvoir adjudicateur: Services d’administration générale

2. Procédure
2.1.
Procédure
TitreFramework agreement for the service and maintenance of lifts and lifting platforms.
DescriptionThe aim of the procurement is to enter into a framework agreement with a tenderer for the service and maintenance of lifts and lifting platforms in municipal buildings in Sarpsborg municipality and Indre Østfold municipality.
Identifiant de la procédure2ac29517-aae4-4fe5-b87f-814535c05f10
Identifiant interne24/2406
Type de procédureOuverte
La procédure est accéléréenon
2.1.1.
Objet
Nature du marchéServices
Nomenclature principale (cpv): 50750000 Services d’entretien d’ascenseurs

2.1.2.
Lieu d’exécution
N’importe où

2.1.4.
Informations générales
Base juridique
Directive 2014/24/UE

2.1.6.
Motifs d’exclusion
Situation analogue à la faillite prévue dans la législation nationaleIs 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.
FailliteIs 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.
CorruptionIs 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.
ConcordatIs 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 à une organisation criminelleIs 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)
Accords avec d’autres opérateurs économiques en vue de fausser la concurrenceHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Manquement aux obligations dans le domaine du droit environnementalIs 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.
Blanchiment de capitaux ou financement du terrorismeIs 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).
FraudeIs 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).
Travail des enfants et autres formes de traite des êtres humainsIs 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).
InsolvabilitéIs 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.
Manquement aux obligations dans le domaine du droit du travailIs 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.
Biens administrés par un liquidateurSpecify 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.
Coupable de fausses déclarations, non-communication, n’a pas été en mesure de fournir les documents requis et a obtenu des informations confidentielles de la présente procédureHas 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?
Conflit d’intérêt créé par sa participation à la procédure de passation de marchéAre tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Association directe ou indirecte à la préparation de cette procédure de passation de marchéHas 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?
Coupable d’une faute professionnelle graveHas the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Résiliation, dommages et intérêts ou autres sanctions comparablesHas 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?
Manquement aux obligations dans le domaine du droit socialIs 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.
Paiement des cotisations de sécurité socialeHave 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?
État de cessation d’activitésSpecify 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.
Paiement d’impôts et taxesHas 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?
Infractions terroristes ou infractions liées aux activités terroristesIs 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.
LotLOT-0001
Titre: Framework agreement for the service and maintenance of lifts and lifting platforms – joint requirements
Description: Framework agreement for the service and maintenance of lifts and lifting platforms.
Identifiant interne: 24/2406
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 50750000 Services d’entretien d’ascenseurs

5.1.2.
Lieu d’exécution
N’importe où
Informations complémentaires: Inner Østfold municipality Sarpsborg municipality

5.1.3.
Durée estimée
Date de début03/10/2024
Date de fin de durée03/10/2026

5.1.4.
Renouvellement
Nombre maximal de renouvellements: 2
L’acheteur se réserve le droit d’effectuer des achats supplémentaires auprès du contractant, comme décrit ici: Renewal lenght is 12 months

5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP)non

5.1.9.
Critères de sélection
Critère:

Type: Capacité économique et financière
Nom: Economic and financial capacity
Description: Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Documentation requirement: Credit rating that shows that the tenderer is at least credit worthy (without any requirement for security). The credit rating shall not be older than 3 months, it shall be issued by a credit information company with licence to conduct this service.
Utilisation de ce critère: Utilisé

Critère:

Type: Autre
Nom: Quality assurance system
Description: Tenderers shall have a good functioning quality assurance system. It shall be a system that ensures and improves the quality of the tenderer ?s organisation and in service deliveries. The system shall include all the necessary procedures necessary to achieve the planned quality. 
Utilisation de ce critère: Utilisé

Critère:

Type: Autre
Nom: Environmental management system
Description: Tenderers shall have an established environmental management system. Documentation requirement: A statement of the tenderer’s environmental management system which documents continual work to reduce the tenderer’s environmental impact, or a certificate issued by an independent body that documents that the tenderer is environmentally certified, for example ISO 14001, EMAS, Miljøfyrtårn or equivalent. 
Utilisation de ce critère: Utilisé

Critère:

Type: Aptitude à exercer l’activité professionnelle
Utilisation de ce critère: Non utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Experience from equivalent deliveries
Description: Tenderers shall have good experience from equivalent assignments, i.e. assignments of the same nature, complexity, degree of difficulty and extent. Documentation requirement: Overview of three relevant reference assignments during the last 3 years with a transferable value to this contract. The reference shall include information on the delivery, contracting authority, contact information, contract value and date of execution.
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Sufficient competence and implementation ability.
Description: Tenderers shall have a sufficient number of employees with relevant professional competence in order to fulfil the contract obligations. Documentation requirement: General description of the tenderer’s average annual workforce (number of employees) and their professional competence.
Utilisation de ce critère: Utilisé

5.1.11.
Documents de marché
Date limite de demande d’informations complémentaires01/09/2024 22:00:00 (UTC)
Adresse des documents de marché: https://tendsign.com/doc.aspx?MeFormsNoticeId=26786

5.1.12.
Conditions du marché public
Conditions de présentation:

Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentéesnorvégien
Catalogue électronique: Autorisée
La signature ou le cachet électronique avancé(e) ou qualifié(e) [au sens du règlement (UE) ? 910/2014] est requis(e)
Date limite de réception des offres: 09/09/2024 10:00:58 (UTC)
Date limite de validité de l’offre89 Jours

Informations relatives à l’ouverture publique:

Date d’ouverture: 09/09/2024 10:01:00 (UTC)
Lieu: Askim

Conditions du marché:

Le marché doit être exécuté dans le cadre de programmes d’emplois protégésNon
Facturation en ligneRequise
La commande en ligne sera utilisée: oui
Le paiement en ligne sera utilisé: oui

5.1.15.
Techniques
Accord-cadre: Pas d’accord-cadre
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique

5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recoursFollo og Nordre Østfold tingrett

5.1.
LotLOT-0002
Titre: Sub-contract 1 – Lifts and lifting platforms – Indre Østfold municipality
Description: Service and maintenance of lifts and lifting platforms Indre Østfold municipality.
Identifiant interne: 24/2406
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 50000000 Services de réparation et d’entretien

5.1.2.
Lieu d’exécution
N’importe où
Informations complémentaires: Inner Østfold municipality

5.1.3.
Durée estimée
Date de début03/10/2024
Date de fin de durée03/10/2026

5.1.4.
Renouvellement
Nombre maximal de renouvellements: 2
L’acheteur se réserve le droit d’effectuer des achats supplémentaires auprès du contractant, comme décrit ici: Renewal lenght is 12 months

5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP)non

5.1.9.
Critères de sélection
Critère:

Type: Capacité économique et financière
Nom: Economic and financial capacity
Description: Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Documentation requirement: Credit rating that shows that the tenderer is at least credit worthy (without any requirement for security). The credit rating shall not be older than 3 months, it shall be issued by a credit information company with licence to conduct this service.
Utilisation de ce critère: Utilisé

Critère:

Type: Autre
Nom: Quality assurance system
Description: Tenderers shall have a good functioning quality assurance system. It shall be a system that ensures and improves the quality of the tenderer ?s organisation and in service deliveries. The system shall include all the necessary procedures necessary to achieve the planned quality. 
Utilisation de ce critère: Utilisé

Critère:

Type: Autre
Nom: Environmental management system
Description: Tenderers shall have an established environmental management system. Documentation requirement: A statement of the tenderer’s environmental management system which documents continual work to reduce the tenderer’s environmental impact, or a certificate issued by an independent body that documents that the tenderer is environmentally certified, for example ISO 14001, EMAS, Miljøfyrtårn or equivalent. 
Utilisation de ce critère: Utilisé

Critère:

Type: Aptitude à exercer l’activité professionnelle
Utilisation de ce critère: Non utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Experience from equivalent deliveries
Description: Tenderers shall have good experience from equivalent assignments, i.e. assignments of the same nature, complexity, degree of difficulty and extent. Documentation requirement: Overview of three relevant reference assignments during the last 3 years with a transferable value to this contract. The reference shall include information on the delivery, contracting authority, contact information, contract value and date of execution.
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Sufficient competence and implementation ability.
Description: Tenderers shall have a sufficient number of employees with relevant professional competence in order to fulfil the contract obligations. Documentation requirement: General description of the tenderer’s average annual workforce (number of employees) and their professional competence.
Utilisation de ce critère: Utilisé

5.1.10.
Critères d’attribution
Critère:

Type: Prix
Nom: Price
Description: Total sum for service and maintenance.
Pondération (pourcentage, valeur exacte): 40

Critère:

Type: Qualité
Nom: Competence and experience
Description: Indre Østfold municipality would like to enter into a contract with a tenderer who has high competence and good experience with service contracts on lifts. Tenderers shall document competence for key personnel who are dedicated to this agreement. The tenderer shall upload a CV with a description of the offered key personnel, minimum 4 persons.  
Pondération (pourcentage, valeur exacte): 30

Critère:

Type: Qualité
Nom: Assignment comprehension and service
Description: Describe how you will organise the work in this contract, planning service assignments, duty scheme for emergency assignments etc.  Describe how you will follow-up the municipality ?s contact persons for the contract and operational personnel who have supervision of the lifts. 
Pondération (pourcentage, valeur exacte): 30

5.1.11.
Documents de marché
Date limite de demande d’informations complémentaires01/09/2024 22:00:00 (UTC)
Adresse des documents de marché: https://tendsign.com/doc.aspx?MeFormsNoticeId=26786

5.1.12.
Conditions du marché public
Conditions de présentation:

Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentéesnorvégien
Catalogue électronique: Autorisée
La signature ou le cachet électronique avancé(e) ou qualifié(e) [au sens du règlement (UE) ? 910/2014] est requis(e)
Date limite de réception des offres: 09/09/2024 10:00:58 (UTC)
Date limite de validité de l’offre89 Jours

Informations relatives à l’ouverture publique:

Date d’ouverture: 09/09/2024 10:01:00 (UTC)
Lieu: Askim

Conditions du marché:

Le marché doit être exécuté dans le cadre de programmes d’emplois protégésNon
Facturation en ligneRequise
La commande en ligne sera utilisée: oui
Le paiement en ligne sera utilisé: oui

5.1.15.
Techniques
Accord-cadre: Accord-cadre, sans remise en concurrence
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique

5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recoursFollo og Nordre Østfold tingrett

5.1.
LotLOT-0003
Titre: Sub-contract 2 – Lifts – Sarpsborg municipality.
Description: Service and maintenance of lifts Sarpsborg kommune
Identifiant interne: 24/2406
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 50000000 Services de réparation et d’entretien

5.1.2.
Lieu d’exécution
N’importe où
Informations complémentaires: Sarpsborg municipality

5.1.3.
Durée estimée
Date de début03/10/2024
Date de fin de durée03/10/2026

5.1.4.
Renouvellement
Nombre maximal de renouvellements: 2
L’acheteur se réserve le droit d’effectuer des achats supplémentaires auprès du contractant, comme décrit ici: Renewal lenght is 12 months

5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP)non

5.1.9.
Critères de sélection
Critère:

Type: Capacité économique et financière
Nom: Economic and financial capacity
Description: Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Documentation requirement: Credit rating that shows that the tenderer is at least credit worthy (without any requirement for security). The credit rating shall not be older than 3 months, it shall be issued by a credit information company with licence to conduct this service.
Utilisation de ce critère: Utilisé

Critère:

Type: Autre
Nom: Quality assurance system
Description: Tenderers shall have a good functioning quality assurance system. It shall be a system that ensures and improves the quality of the tenderer ?s organisation and in service deliveries. The system shall include all the necessary procedures necessary to achieve the planned quality. 
Utilisation de ce critère: Utilisé

Critère:

Type: Autre
Nom: Environmental management system
Description: Tenderers shall have an established environmental management system. Documentation requirement: A statement of the tenderer’s environmental management system which documents continual work to reduce the tenderer’s environmental impact, or a certificate issued by an independent body that documents that the tenderer is environmentally certified, for example ISO 14001, EMAS, Miljøfyrtårn or equivalent. 
Utilisation de ce critère: Utilisé

Critère:

Type: Aptitude à exercer l’activité professionnelle
Utilisation de ce critère: Non utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Experience from equivalent deliveries
Description: Tenderers shall have good experience from equivalent assignments, i.e. assignments of the same nature, complexity, degree of difficulty and extent. Documentation requirement: Overview of three relevant reference assignments during the last 3 years with a transferable value to this contract. The reference shall include information on the delivery, contracting authority, contact information, contract value and date of execution.
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Sufficient competence and implementation ability.
Description: Tenderers shall have a sufficient number of employees with relevant professional competence in order to fulfil the contract obligations. Documentation requirement: General description of the tenderer’s average annual workforce (number of employees) and their professional competence.
Utilisation de ce critère: Utilisé

5.1.10.
Critères d’attribution
Critère:

Type: Prix
Nom: Price
Description: Total sum for service and maintenance.
Pondération (pourcentage, valeur exacte): 40

Critère:

Type: Qualité
Nom: Quality/Performance
Description: The tenderer ?s description of the content of the service contract. Reference projects in the last 3 years for equivalent portfolios, number and extent. Performed in companies with the same org. number as tenderer References, 3 (gender neutral preferred with telephone no.)
Pondération (pourcentage, valeur exacte): 30

Critère:

Type: Qualité
Nom: Project Implementation
Description: Documented by the tenderer providing/describing: Response time/travel time for turn-outs. Description of available personnel resources as well as competence for the assignment.  Duty scheme
Pondération (pourcentage, valeur exacte): 30

5.1.11.
Documents de marché
Date limite de demande d’informations complémentaires01/09/2024 22:00:00 (UTC)
Adresse des documents de marché: https://tendsign.com/doc.aspx?MeFormsNoticeId=26786

5.1.12.
Conditions du marché public
Conditions de présentation:

Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentéesnorvégien
Catalogue électronique: Autorisée
La signature ou le cachet électronique avancé(e) ou qualifié(e) [au sens du règlement (UE) ? 910/2014] est requis(e)
Date limite de réception des offres: 09/09/2024 10:00:58 (UTC)
Date limite de validité de l’offre89 Jours

Informations relatives à l’ouverture publique:

Date d’ouverture: 09/09/2024 10:01:00 (UTC)
Lieu: Askim

Conditions du marché:

Le marché doit être exécuté dans le cadre de programmes d’emplois protégésNon
Facturation en ligneRequise
La commande en ligne sera utilisée: oui
Le paiement en ligne sera utilisé: oui

5.1.15.
Techniques
Accord-cadre: Accord-cadre, sans remise en concurrence
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique

5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recoursFollo og Nordre Østfold tingrett

5.1.
LotLOT-0004
Titre: Sub-contract 3 – Lifting platforms – Sarpsborg municipality
Description: Service and maintenance of lifting platforms Sarpsborg municipality.
Identifiant interne: 24/2406
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 50000000 Services de réparation et d’entretien

5.1.2.
Lieu d’exécution
N’importe où
Informations complémentaires: Inner Østfold municipality

5.1.2.
Lieu d’exécution
N’importe où
Informations complémentaires: Sarpsborg municipality

5.1.3.
Durée estimée
Date de début03/10/2024
Date de fin de durée03/10/2026

5.1.4.
Renouvellement
Nombre maximal de renouvellements: 2
L’acheteur se réserve le droit d’effectuer des achats supplémentaires auprès du contractant, comme décrit ici: Renewal lenght is 12 months

5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP)non

5.1.9.
Critères de sélection
Critère:

Type: Capacité économique et financière
Nom: Economic and financial capacity
Description: Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Documentation requirement: Credit rating that shows that the tenderer is at least credit worthy (without any requirement for security). The credit rating shall not be older than 3 months, it shall be issued by a credit information company with licence to conduct this service.
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité économique et financière
Nom: Economic and financial capacity
Description: Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Documentation requirement: Credit rating that shows that the tenderer is at least credit worthy (without any requirement for security). The credit rating shall not be older than 3 months, it shall be issued by a credit information company with licence to conduct this service.
Utilisation de ce critère: Utilisé

Critère:

Type: Autre
Nom: Quality assurance system
Description: Tenderers shall have a good functioning quality assurance system. It shall be a system that ensures and improves the quality of the tenderer ?s organisation and in service deliveries. The system shall include all the necessary procedures necessary to achieve the planned quality. 
Utilisation de ce critère: Utilisé

Critère:

Type: Autre
Nom: Environmental management system
Description: Tenderers shall have an established environmental management system. Documentation requirement: A statement of the tenderer’s environmental management system which documents continual work to reduce the tenderer’s environmental impact, or a certificate issued by an independent body that documents that the tenderer is environmentally certified, for example ISO 14001, EMAS, Miljøfyrtårn or equivalent. 
Utilisation de ce critère: Utilisé

Critère:

Type: Autre
Nom: Quality assurance system
Description: Tenderers shall have a good functioning quality assurance system. It shall be a system that ensures and improves the quality of the tenderer ?s organisation and in service deliveries. The system shall include all the necessary procedures necessary to achieve the planned quality. 
Utilisation de ce critère: Utilisé

Critère:

Type: Autre
Nom: Environmental management system
Description: Tenderers shall have an established environmental management system. Documentation requirement: A statement of the tenderer’s environmental management system which documents continual work to reduce the tenderer’s environmental impact, or a certificate issued by an independent body that documents that the tenderer is environmentally certified, for example ISO 14001, EMAS, Miljøfyrtårn or equivalent. 
Utilisation de ce critère: Utilisé

Critère:

Type: Aptitude à exercer l’activité professionnelle
Utilisation de ce critère: Non utilisé

Critère:

Type: Aptitude à exercer l’activité professionnelle
Utilisation de ce critère: Non utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Experience from equivalent deliveries
Description: Tenderers shall have good experience from equivalent assignments, i.e. assignments of the same nature, complexity, degree of difficulty and extent. Documentation requirement: Overview of three relevant reference assignments during the last 3 years with a transferable value to this contract. The reference shall include information on the delivery, contracting authority, contact information, contract value and date of execution.
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Sufficient competence and implementation ability.
Description: Tenderers shall have a sufficient number of employees with relevant professional competence in order to fulfil the contract obligations. Documentation requirement: General description of the tenderer’s average annual workforce (number of employees) and their professional competence.
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Experience from equivalent deliveries
Description: Tenderers shall have good experience from equivalent assignments, i.e. assignments of the same nature, complexity, degree of difficulty and extent. Documentation requirement: Overview of three relevant reference assignments during the last 3 years with a transferable value to this contract. The reference shall include information on the delivery, contracting authority, contact information, contract value and date of execution.
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Sufficient competence and implementation ability.
Description: Tenderers shall have a sufficient number of employees with relevant professional competence in order to fulfil the contract obligations. Documentation requirement: General description of the tenderer’s average annual workforce (number of employees) and their professional competence.
Utilisation de ce critère: Utilisé

5.1.10.
Critères d’attribution
Critère:

Type: Prix
Nom: Price
Description: Total sum for service and maintenance.
Pondération (pourcentage, valeur exacte): 40

Critère:

Type: Qualité
Nom: Quality/Performance
Description: The tenderer ?s description of the content of the service contract. Reference projects in the last 3 years for equivalent portfolios, number and extent. Performed in companies with the same org. number as tenderer References, 3 (gender neutral preferred with telephone no.)
Pondération (pourcentage, valeur exacte): 30

Critère:

Type: Qualité
Nom: Project Implementation
Description: Documented by the tenderer providing/describing: Response time/travel time for turn-outs. Description of available personnel resources as well as competence for the assignment.  Duty scheme
Pondération (pourcentage, valeur exacte): 30

5.1.11.
Documents de marché
Date limite de demande d’informations complémentaires01/09/2024 22:00:00 (UTC)
Adresse des documents de marché: https://tendsign.com/doc.aspx?MeFormsNoticeId=26786

5.1.12.
Conditions du marché public
Conditions de présentation:

Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentéesnorvégien
Catalogue électronique: Autorisée
La signature ou le cachet électronique avancé(e) ou qualifié(e) [au sens du règlement (UE) ? 910/2014] est requis(e)
Date limite de réception des offres: 09/09/2024 10:00:58 (UTC)
Date limite de validité de l’offre89 Jours

Informations relatives à l’ouverture publique:

Date d’ouverture: 09/09/2024 10:01:00 (UTC)
Lieu: Askim

Conditions du marché:

Le marché doit être exécuté dans le cadre de programmes d’emplois protégésNon
Facturation en ligneRequise
La commande en ligne sera utilisée: oui
Le paiement en ligne sera utilisé: oui

5.1.15.
Techniques
Accord-cadre: Accord-cadre, sans remise en concurrence
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique

5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recoursFollo og Nordre Østfold tingrett

8. Organisations
8.1.
ORG-0001
Nom officiel: Indre Østfold kommune
Numéro d’enregistrement: 920123899
Département: Seksjon Anskaffelser
Adresse postale: Rådhusgata 22  
Ville: Askim
Code postal: 1830
Pays: Norvège
Point de contact: Per Erik Skogan
Adresse électronique: per.erik.skogan@io.kommune.no
Téléphone: +47 69681000
Rôles de cette organisation

Acheteur

Chef de groupe

8.1.
ORG-0002
Nom officiel: Follo og Nordre Østfold tingrett
Numéro d’enregistrement: 926 725 920
Adresse postale: Postboks 64  
Ville: Ski
Code postal: 1401
Subdivision pays (NUTS): Viken (NO082)
Pays: Norvège
Téléphone: 64 00 30 00
Rôles de cette organisation

Organisation chargée des procédures de recours

8.1.
ORG-0003
Nom officiel: Sarpsborg kommune
Numéro d’enregistrement: 938 801 363
Département: Eiendom
Ville: Sarpsborg
Subdivision pays (NUTS): Viken (NO082)
Pays: Norvège
Adresse électronique: postmottak@sarpsborg.com
Téléphone: 69 10 80 00
Rôles de cette organisation

Acheteur

11. Informations relatives à l’avis
11.1.
Informations relatives à l’avis
Identifiant/version de l’avis: 21d21fbc-acb1-41b9-9818-e5fa2390ff47 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis16
Date d’envoi de l’avis: 08/08/2024 09:51:50 (UTC)
Date d’envoi de l’avis (eSender): 08/08/2024 10:03:20 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais

11.2.
Informations relatives à la publication
Numéro de publication de l’avis: 480321-2024
Numéro de publication au JO S: 155/2024
Date de publication: 09/08/2024