Tender Details
Title

Denmark – Home-help services – Udbud af fritvalgsaftale om personlig pleje og praktisk hjælp Place of performance: Denmark,Vest- og Sydsjælland Main nature of the contract: Services Official name: Holbæk Kommune Type of procedure: Open Denmark – Home-help services – Offer of free-choice agreement on personal care and practical help Place of performance: Denmark, West and South Zealand Main nature of the contract: Services Official name: Holbæk Municipality Type of procedure: Open

Country
Language
Danish
Organization
Published Date
16.10.2024
Deadline Date
13.11.2024
Overview
625093-2024 - Competition Competition Denmark: Home-help services Udbud af fritvalgsaftale om personlig pleje og praktisk hjælp Denmark, Vest- og Sydsjælland (DK022) Estimated value excluding VAT: 162 000 000,00 DKK Type of procedure: Open Buyer Buyer: Holbæk Kommune Email: aiso@holb.dk Denmark, Vest- og Sydsjælland (DK022), Holbæk LOT-0000: Udbud af fritvalgsaftale om personlig pleje og praktisk hjælp Home-help services Denmark, Vest- og Sydsjælland (DK022) Start date: 01/03/2025 Duration end date: 28/02/2029 Estimated value excluding VAT: 162 000 000,00 DKK Deadline for receipt of tenders: 13/11/2024 - 22:59:00 (UTC) 625093-2024 - Competition Denmark – Home-help services – Udbud af fritvalgsaftale om personlig pleje og praktisk hjælp OJ S 202/2024 16/10/2024 Contract notice – light regime Services 1. Buyer 1.1. Buyer Official name: Holbæk Kommune Email: aiso@holb.dk Legal type of the buyer: Local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Udbud af fritvalgsaftale om personlig pleje og praktisk hjælp Description: Udbuddet omhandler levering af personlig pleje og praktisk hjælp med en hverdagsrehabiliteringstilgang i henhold til servicelovens §§ 83 og 84 (LBK nr. 909 af 3. juli 2024), samt anvendelse af velfærdsteknologiske og digitale løsninger. Derudover omfatter udbuddet sundhedsfaglige opgaveoverdragelse efter sundhedslovens § 138 (LBK nr. 1015 af 5. september 2024). Den anslåede omsætning på rammeaftalen forventes at udgøre årligt DKK 27.000.000 (er opgjort på baggrund af historisk forbrug). Den maksimale værdi, som kan anskaffes på rammeaftalen i dens løbetid, er DKK 194.400.000 (er opgjort som den anslåede værdi tillagt 20%) Det er ordregivers hensigt at indgå aftale med to private leverandører, som skal yde personlig pleje og praktisk hjælp til borgere i eget hjem. Ordregiver vil fortsat yde personlig pleje og praktisk hjælp til kommunens borgere. Den kommunale hjemmepleje hos ordregiver fortsætter således efter gennemført udbud. Procedure identifier: 9f0db64c-2a6c-426e-b652-2f1b4fa1572b Internal identifier: Holbæk Type of procedure: Open Main features of the procedure: Udbuddet vedrører levering af fritvalgsaftale om personlig pleje og praktisk hjælp til Holbæk Kommune. Udbuddet gennemføres i henhold til udbudslovens (LBK nr. 10 af 6. januar 2023) som et offentlig udbud under light-regimet. Læs nærmere i udbudsbetingelserne. 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 98513310 Home-help services 2.1.2. Place of performance Country subdivision (NUTS): Vest- og Sydsjælland (DK022) Country: Denmark Additional information: Levering af personlig pleje og praktisk hjælp til visiterede borgere bosat forskellige steder i Holbæk Kommune. 2.1.3. Value Estimated value excluding VAT: 162 000 000,00 DKK Maximum value of the framework agreement: 194 000 000,00 DKK 2.1.4. General information Additional information: Udelukkelsesgrund: Tilbudsgiver skal i bilag 14 - Tro- og loveerklæring vedr. udelukkelse og egnethed bekræfte, at tilbudsgiver ikke er omfattet af følgende obligatoriske udelukkelsesgrunde: Udbudslovens § 134 a, stk. 1. Der kan ikke tildeles rammeaftale til virksomheder med russisk tilhørsforhold jf. Rådets forordning (EU) nr. 883/2014 om restriktive foranstaltninger på baggrund af Ruslands handlinger, der destabiliserer situationen i Ukraine med senere ændringer, heriblandt forordning (EU) nr. 2022/1269 af 21. juli 2022. I forbindelse med afgivelse af tilbud skal tilbudsgiver udfylde bilag 14 - Tro- og loveerklæring vedr. udelukkelse og egnethed. Ordregiver kan kræve yderligere dokumentation i form af koncerndiagrammer, ejerskabsfortegnelser mv. Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Analogous situation like bankruptcy under national law: Er den økonomiske aktør i en situation, som svarer til konkurs i henhold til en tilsvarende procedure, der er fastsat i national ret? Bankruptcy: Er den økonomiske aktør gået konkurs? Corruption: Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for bestikkelse ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i artikel 3 i konventionen om bekæmpelse af bestikkelse, som involverer tjenestemænd ved De Europæiske Fællesskaber eller i Den Europæiske Unions medlemsstater (EFT C 195 af 25.6.1997, s. 1), og i artikel 2, stk. 1, i Rådets rammeafgørelse 2003/568/RIA af 22. juli 2003 om bekæmpelse af bestikkelse i den private sektor (EUT L 192 af 31.7.2003, s. 54). Denne udelukkelsesgrund omfatter også bestikkelse som defineret i den nationale ret gældende for den ordregivende myndighed (den ordregivende enhed) eller den økonomiske aktør. Arrangement with creditors: Er den økonomiske aktør under tvangsakkord uden for konkurs? Participation in a criminal organisation: Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for deltagelse i en kriminel organisation ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i artikel 2 i Rådets rammeafgørelse 2008/841/RIA af 24. oktober 2008 om bekæmpelse af organiseret kriminalitet (EUT L 300 af 11.11.2008, s. 42). Money laundering or terrorist financing: Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for hvidvaskning af penge eller finansiering af terrorisme ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i artikel 1 i Europa-Parlamentets og Rådets direktiv 2005/60/EF af 26. oktober 2005 om forebyggende foranstaltninger mod anvendelse af det finansielle system til hvidvaskning af penge og finansiering af terrorisme (EUT L 309 af 25.11.2005, s. 15). Fraud: Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for svig ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som omhandlet i artikel 1 i konventionen om beskyttelse af De Europæiske Fællesskabers finansielle interesser (EFT C 316 af 27.11.1995, s. 48). Child labour and other forms of trafficking in human beings: Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for børnearbejde og andre former for menneskehandel ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i artikel 2 i Europa-Parlamentets og Rådets direktiv 2011/36/EU af 5. april 2011 om forebyggelse og bekæmpelse af menneskehandel og beskyttelse af ofrene herfor, og om erstatning af Rådets rammeafgørelse 2002/629/RIA (EUT L 101 af 15.4.2011, s. 1). Insolvency: Er den økonomiske aktør under insolvens- eller likvidationsbehandling? Assets being administered by liquidator: Administreres den økonomiske aktørs aktiver af en kurator eller af retten? Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Har den økonomiske aktør befundet sig i en af følgende situationer: a) Denne har afgivet groft urigtige oplysninger ved meddelelsen af de oplysninger, der kræves til verifikation af, at der ikke er grundlag for udelukkelse, eller af at udvælgelseskriterierne er opfyldt ,b) Denne har tilbageholdt sådanne oplysninger, c) Denne har været ude af stand til straks at fremsende den supplerende dokumentation, som en ordregivende myndighed eller en ordregivende enhed anmoder om, og d) Denne har uretmæssigt påvirket den ordregivende myndigheds eller den ordregivende enheds beslutningsproces, indhentet fortrolige oplysninger, der kan give denne uretmæssige fordele i forbindelse med udbudsproceduren, eller uagtsomt givet vildledende oplysninger, der kan have væsentlig indflydelse på beslutninger vedrørende udelukkelse, udvælgelse eller tildeling? Conflict of interest due to its participation in the procurement procedure: Er den økonomiske aktør opmærksom på en interessekonflikt, jf. national ret, den relevante meddelelse eller udbudsdokumenterne, som følge af sin deltagelse i udbudsproceduren? Direct or indirect involvement in the preparation of this procurement procedure: Har den økonomiske aktør eller en virksomhed, der er knyttet til den økonomiske aktør, rådgivet den ordregivende myndighed eller den ordregivende enhed eller på anden måde været involveret i forberedelsen af udbudsproceduren? Guilty of grave professional misconduct: Har den økonomiske aktør i forbindelse med udøvelsen af erhvervet gjort sig skyldig i alvorlige forsømmelser? Hvis det er relevant, se definitioner i national ret, den relevante meddelelse eller udbudsdokumenterne. Payment of social security contributions: Har den økonomiske aktør tilsidesat sine forpligtelser vedrørende betaling af bidrag til sociale sikringsordninger både i det land, hvor den økonomiske aktør er etableret, og i den ordregivende myndigheds eller den ordregivende enheds medlemsstat, hvis denne er en anden end etableringslandet? Business activities are suspended: Er den økonomiske aktørs erhvervsvirksomhed blevet indstillet? Payment of taxes: Har den økonomiske aktør tilsidesat sine forpligtelser vedrørende betaling af skatter og afgifter både i det land, hvor den økonomiske aktør er etableret, og i den ordregivende myndigheds eller den ordregivende enheds medlemsstat, hvis denne er en anden end etableringslandet? Terrorist offences or offences linked to terrorist activities: Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for terrorhandlinger eller strafbare handlinger med forbindelse til terroraktivitet ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i henholdsvis artikel 1 og 3 i Rådets rammeafgørelse 2002/475/RIA af 13. juni 2002 om bekæmpelse af terrorisme (EFT L 164 af 22.6.2002, s. 3). Denne udelukkelsesgrund omfatter også anstiftelse, medvirken og forsøg på at begå sådanne handlinger som omhandlet i nævnte rammeafgørelses artikel 4. 5. Lot 5.1. Lot: LOT-0000 Title: Udbud af fritvalgsaftale om personlig pleje og praktisk hjælp Description: Udbuddet omhandler levering af personlig pleje og praktisk hjælp med en hverdagsrehabiliteringstilgang i henhold til servicelovens §§ 83 og 84 (LBK nr. 909 af 3. juli 2024), samt anvendelse af velfærdsteknologiske og digitale løsninger. Derudover omfatter udbuddet sundhedsfaglige opgaveoverdragelse efter sundhedslovens § 138 (LBK nr. 1015 af 5. september 2024). Den anslåede omsætning på rammeaftalen forventes at udgøre årligt DKK 27.000.000 (er opgjort på baggrund af historisk forbrug). Den maksimale værdi, som kan anskaffes på rammeaftalen i dens løbetid, er DKK 194.400.000 (er opgjort som den anslåede værdi tillagt 20%) Det er ordregivers hensigt at indgå aftale med to private leverandører, som skal yde personlig pleje og praktisk hjælp til borgere i eget hjem. Ordregiver vil fortsat yde personlig pleje og praktisk hjælp til kommunens borgere. Den kommunale hjemmepleje hos ordregiver fortsætter således efter gennemført udbud. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 98513310 Home-help services 5.1.2. Place of performance Country subdivision (NUTS): Vest- og Sydsjælland (DK022) Country: Denmark Additional information: Levering af personlig pleje og praktisk hjælp til visiterede borgere bosat forskellige steder i Holbæk Kommune. 5.1.3. Estimated duration Start date: 01/03/2025 Duration end date: 28/02/2029 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Mulighed for forlængelse med med 2 x 1 år. 5.1.5. Value Estimated value excluding VAT: 162 000 000,00 DKK Maximum value of the framework agreement: 194 000 000,00 DKK 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. Additional information: Udelukkelsesgrund: Tilbudsgiver skal i bilag 14 - Tro- og loveerklæring vedr. udelukkelse og egnethed bekræfte, at tilbudsgiver ikke er omfattet af følgende obligatoriske udelukkelsesgrunde: Udbudslovens § 134 a, stk. 1. Der kan ikke tildeles rammeaftale til virksomheder med russisk tilhørsforhold jf. Rådets forordning (EU) nr. 883/2014 om restriktive foranstaltninger på baggrund af Ruslands handlinger, der destabiliserer situationen i Ukraine med senere ændringer, heriblandt forordning (EU) nr. 2022/1269 af 21. juli 2022. I forbindelse med afgivelse af tilbud skal tilbudsgiver udfylde bilag 14 - Tro- og loveerklæring vedr. udelukkelse og egnethed. Ordregiver kan kræve yderligere dokumentation i form af koncerndiagrammer, ejerskabsfortegnelser mv. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Positiv egenkapital Description: En positiv egenkapital for de seneste 2 regnskabsår. Der skal afgives oplysninger herom i Bilag 14, tro- og loveerklæring vedr. udelukkelse og egnethed. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Samlet årsomsætning Description: En samlet årlig omsætning på min. 5 mio. kr. inkl. moms inden for pleje, praktisk hjælp og delegeret sygepleje for de seneste 2 regnskabsår. Der skal afgives oplysninger herom i Bilag 14, tro- og loveerklæring vedr. udelukkelse og egnethed. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Reference Description: Tilbudsgiver skal dokumentere sin erfaring med udførelse af tilsvarende opgaver for offentlige myndigheder ved at fremsende min. 1 og max. 3 sammenlignelige referencer udført indenfor de seneste to kalenderår. Referencelisten skal for hver reference indeholde: • Navn på den offentlige myndighed • Kontakt for den offentlige myndighed, herunder telefonnummer • Kontraktperiode • Samlet omsætning for referencen ekskl. moms • Beskrivelse af referencen Det er således et krav at tilbudsgiver kan dokumentere erfaring med én tilsvarende leverance som den udbudte i løbet af de sidste to år indeholdende ovenstående informationer. Ved tilsvarende leverancer anses levering af personlig pleje og praktisk hjælp til offentlige myndigheder. Ordregiver forbeholder sig ret til at kontakte referencen for at vurdere tilbudsgivers grad af tilfredsstillende udført arbejde. Der skal afgives oplysninger herom i Bilag 1, tro- og loveerklæring vedr. udelukkelse og egnethed. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Pris Description: Grundlaget for evaluering af "Pris" udgøres af de priser, som er anført i tilbudslisten. Se yderligere beskrivelse i udbudsbetingelserne afsnit 10.1. Weight (percentage, exact): 60 Criterion: Type: Quality Name: Samarbejde Description: Underkriteriet "samarbejde" er fordelt på 5 delkriterier, som alle vægter ligeligt. Der henvises til udbudsbetingelsernes punkt 10.2.1. for en nærmere beskrivelse af underkriteriet samt delkriterierne. Weight (percentage, exact): 30 Criterion: Type: Quality Name: Grøn omstilling Description: Der henvises til udbudsbetingelsernes punkt 10.2.2. for en nærmere beskrivelse af underkriteriet. Weight (percentage, exact): 10 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Danish Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=414619&B= 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=414619&B= Languages in which tenders or requests to participate may be submitted: Danish Electronic catalogue: Allowed Variants: Not allowed Tenderers may submit more than one tender: Not allowed Deadline for receipt of tenders: 13/11/2024 22:59:00 (UTC) Deadline until which the tender must remain valid: 6 Months Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic payment will be used: yes Information about review deadlines: I henhold til lov om Klagenævnet for Udbud m.v., gælder følgende frister for indgivelse af klage: Klage over ikke at være blevet udvalgt, skal være indgivet til Klagenævnet for Udbud inden 20 kalenderdage, jf. lovens § 7, stk. 1, fra dagen efter afsendelse af en underretning til de berørte ansøgere om, hvem der er blevet udvalgt, når underretningen er ledsaget af en begrundelse for beslutningen i overensstemmelse med lovens § 2, stk. 1, nr. 1, og udbudslovens § 171, stk. 2. I andre situationer skal klage over udbud, jf. lovens § 7, stk. 2, være indgivet til Klagenævnet for Udbud inden: 1) 45 kalenderdage efter at ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt. Fristen regnes fra dagen efter den dag, hvor bekendtgørelsen er blevet offentliggjort. 2) 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte tilbudsgivere om, at en kontrakt baseret på en rammeaftale med genåbning af konkurrencen eller et dynamisk indkøbssystem er indgået, hvis underretningen har angivet en begrundelse for beslutningen. 3) 6 måneder efter at ordregiveren har indgået en rammeaftale regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte ansøgere og tilbudsgivere, jf. lovens § 2, stk. 2, og udbudslovens § 171, stk. 4. 4) 20 kalenderdage regnet fra dagen efter at ordregiveren har meddelt sin beslutning, jf. udbudslovens § 185, stk. 2. Senest samtidig med at en klage indgives til Klagenævnet for Udbud, skal klageren skriftligt underrette ordregiveren om, at klage indgives til Klagenævnet for Udbud, og om hvorvidt klagen er indgivet i standstill-perioden, jf. lovens § 6, stk. 4. I tilfælde hvor klagen ikke er indgivet i standstill-perioden, skal klageren tillige angive, hvorvidt der begæres opsættende virkning af klagen, jf. lovens § 12, stk. 1 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Maximum number of participants: 2 Information about the dynamic purchasing system: No dynamic purchase system Electronic auction: no 5.1.16. Further information, mediation and review Mediation organisation: Klagenævnet for Udbud Review organisation: Klagenævnet for Udbud Organisation providing additional information about the procurement procedure: Holbæk Kommune Organisation providing offline access to the procurement documents: Holbæk Kommune Organisation providing more information on the review procedures: Konkurrence- og Forbrugerstyrelsen Organisation receiving requests to participate: Holbæk Kommune Organisation processing tenders: Holbæk Kommune TED eSender: Mercell Holding ASA 8. Organisations 8.1. ORG-0001 Official name: Holbæk Kommune Registration number: 29189447 Department: Organisationsservice, Indkøb Postal address: Kanalstræde 2 Town: Holbæk Postcode: 4300 Country subdivision (NUTS): Vest- og Sydsjælland (DK022) Country: Denmark Contact point: Aise Özdemir Email: aiso@holb.dk Telephone: +45 72368858 Internet address: http://holbaek.dk/ Buyer profile: https://eu.eu-supply.com/ctm/company/companyinformation/index/193097 Roles of this organisation: Buyer Organisation providing additional information about the procurement procedure Organisation providing offline access to the procurement documents Organisation receiving requests to participate Organisation processing tenders 8.1. ORG-0002 Official name: Klagenævnet for Udbud Registration number: 37795526 Postal address: Nævnenes Hus, Toldboden 2 Town: Viborg Postcode: 8800 Country subdivision (NUTS): Vestjylland (DK041) Country: Denmark Email: klfu@naevneneshus.dk Telephone: +45 35291000 Internet address: http://www.klfu.dk Roles of this organisation: Review organisation Mediation organisation 8.1. ORG-0003 Official name: Konkurrence- og Forbrugerstyrelsen Registration number: 10294819 Postal address: Carl Jacobsens Vej 35 Town: Valby Postcode: 2500 Country subdivision (NUTS): Byen København (DK011) Country: Denmark Email: kfst@kfst.dk Telephone: +45 41715000 Internet address: http://www.kfst.dk Roles of this organisation: Organisation providing more information on the review procedures 8.1. ORG-0004 Official name: Mercell Holding ASA Registration number: 980921565 Postal address: Askekroken 11 Town: Oslo Postcode: 0277 Country subdivision (NUTS): Oslo (NO081) Country: Norway Contact point: eSender Email: publication@mercell.com Telephone: +47 21018800 Fax: +47 21018801 Internet address: http://mercell.com/ Roles of this organisation: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: b8b4982e-85b4-49c4-989e-96a081946550 - 01 Form type: Competition Notice type: Contract notice – light regime Notice subtype: 20 Notice dispatch date: 14/10/2024 15:00:50 (UTC) Notice dispatch date (eSender): 14/10/2024 17:00:39 (UTC) Languages in which this notice is officially available: Danish 11.2. Publication information Notice publication number: 625093-2024 OJ S issue number: 202/2024 Publication date: 16/10/2024 Czech document download: https://ted.europa.eu/cs/notice/625093-2024/pdf Danish document download: https://ted.europa.eu/da/notice/625093-2024/pdf German document download: https://ted.europa.eu/de/notice/625093-2024/pdf Greek document download: https://ted.europa.eu/el/notice/625093-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/625093-2024/pdf English document download: https://ted.europa.eu/en/notice/625093-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/625093-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/625093-2024/pdf French document download: https://ted.europa.eu/fr/notice/625093-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/625093-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/625093-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/625093-2024/pdf Italian document download: https://ted.europa.eu/it/notice/625093-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/625093-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/625093-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/625093-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/625093-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/625093-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/625093-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/625093-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/625093-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/625093-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/625093-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/625093-2024/pdf 625093-2024 - Competition Competition Denmark: Home-help services Offer of free-choice agreement on personal care and practical help Denmark, West and South Zealand (DK022) Estimated value excluding VAT: DKK 162 000 000.00 Type of procedure: Open Buyer Buyer: Holbæk Municipality Email: aiso@holb.dk Denmark, West and South Zealand (DK022), Holbæk LOT-0000: Offer of free choice agreement on personal care and practical help Home-help services Denmark, West and South Zealand (DK022) Start date: 01/ 03/2025 Duration end date: 28/02/2029 Estimated value excluding VAT: DKK 162 000 000.00 Deadline for receipt of tenders: 13/11/2024 - 22:59:00 (UTC) 625093-2024 - Competition Denmark – Home-help services – Offer of free choice agreement on personal care and practical help OJ S 202/2024 16/10/2024 Contract notice – light regime Services 1. Buyer 1.1. Buyer Official name: Holbæk Municipality Email: aiso@holb.dk Legal type of the buyer: Local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Offer of free-choice agreement on personal care and practical help Description: The offer concerns the provision of personal care and practical help with an everyday rehabilitation approach in accordance with §§ 83 and 84 of the Service Act (LBK no. 909 of 3 July 2024), as well as the use of welfare technology and digital solutions. In addition, the tender includes the transfer of health care tasks in accordance with Section 138 of the Health Act (LBK no. 1015 of 5 September 2024). The estimated revenue from the framework agreement is expected to amount to DKK 27,000,000 annually (calculated on the basis of historical consumption). The maximum value that can be acquired from the framework agreement during its term is DKK 194,400,000 (calculated as the estimated value plus 20%) The contracting authority intends to enter into an agreement with two private suppliers who will provide personal care and practical help to citizens in their own homes. The client will continue to provide personal care and practical help to the municipality's citizens. The municipal home care at the contracting party will therefore continue after the tender has been completed. Procedure identifier: 9f0db64c-2a6c-426e-b652-2f1b4fa1572b Internal identifier: Holbæk Type of procedure: Open Main features of the procedure: The tender concerns the delivery of a free choice agreement on personal care and practical help to Holbæk Municipality. The tender is carried out in accordance with the tendering act (LBK no. 10 of 6 January 2023) as a public tender under the light regime. Read more in the tender conditions. 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 98513310 Home-help services 2.1.2. Place of performance Country subdivision (NUTS): Vest- and Sydsjælland (DK022) Country: Denmark Additional information: Delivery of personal care and practical help to searched citizens living in various places in Holbæk Municipality. 2.1.3. Value Estimated value excluding VAT: DKK 162,000,000.00 Maximum value of the framework agreement: DKK 194,000,000.00 2.1.4. General information Additional information: Reason for exclusion:The tenderer must in appendix 14 - Declaration of faith and law regarding exclusion and suitability confirm that the tenderer is not covered by the following mandatory reasons for exclusion: Section 134 a, subsection of the Tender Act. 1. A framework agreement cannot be awarded to companies with Russian affiliation, cf. Council Regulation (EU) No. 883/2014 on restrictive measures on the basis of Russia's actions that destabilize the situation in Ukraine with later amendments, including Regulation (EU) No. 2022 /1269 of 21 July 2022. In connection with submitting an offer, the offeror must complete Annex 14 - Declaration of faith and law regarding exclusion and suitability. The ordering party may require additional documentation in the form of group diagrams, ownership lists, etc. Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Analogous situation like bankruptcy under national law: Is the economic operator in a situation which corresponds to bankruptcy according to a similar procedure laid down in national law? Bankruptcy: Has the economic operator gone bankrupt? Corruption: If the economic operator himself or a person who belongs to the economic operator's administrative, management or supervisory body or has the power to represent or control or to make decisions therein, has been convicted of bribery by a final judgment no more than five years ago, or during which a period of exclusion laid down directly in the judgment continues to apply? As defined in Article 3 of the Convention on Combating Bribery involving Officials of the European Communities or of the Member States of the European Union (OJ C 195 of 25.6.1997, p. 1), and in Article 2, paragraph 1, in the Council's framework decision 2003/568/JHA of 22 July 2003 on combating bribery in the private sector (OJ L 192 of 31.7.2003, p. 54). This ground for exclusion also includes bribery as defined in the national law applicable to the contracting authority (the contracting entity) or the economic operator. Arrangement with creditors: Is the economic operator under compulsory arrangement outside of bankruptcy? Participation in a criminal organization: If the economic operator himself or a person who belongs to the economic operator's administrative, management or supervisory body or has the power to represent or control or to make decisions therein, has been convicted of participation by a final judgment in a criminal organization by a sentence handed down no more than five years ago, or in which a period of exclusion laid down directly in the sentence continues to apply? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on combating organized crime (OJ L 300 of 11.11.2008, p. 42). Money laundering or terrorist financing: Is the economic operator himself or a person who belongs to the economic operator's administrative, management or supervisory body or has the power to represent or control or to make decisions therein,been convicted by a final judgment of money laundering or terrorist financing by a judgment given no more than five years ago, or in which a period of exclusion laid down directly in the judgment continues to apply? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on preventive measures against the use of the financial system for money laundering and terrorist financing (OJ L 309 of 25.11.2005, p. 15). Fraud: If the economic operator himself or a person who belongs to the economic operator's administrative, management or supervisory body or has the power to represent or control or to make decisions therein, has by a final judgment been convicted of fraud by a judgment given no more than five years ago, or during which a period of exclusion laid down directly in the judgment continues to apply? As referred to in Article 1 of the Convention on the Protection of the Financial Interests of the European Communities (OJ C 316 of 27.11.1995, p. 48). Child labor and other forms of trafficking in human beings: Is the economic operator himself or a person who belongs to the economic operator's administrative, management or supervisory body or has the power to represent or control or to make decisions therein, at a final judgment been convicted of child labor and other forms of human trafficking by a judgment handed down no more than five years ago, or in which an exclusion period stipulated directly in the judgment continues to apply? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and on the replacement of Council Framework Decision 2002/629/JHA (OJ L 101 of 15.4.2011, p. 1). Insolvency: Is the economic operator undergoing insolvency or liquidation proceedings? Assets being administered by liquidator: Are the economic operator's assets administered by a receiver or by the court? Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Has the economic operator found himself in one of the following situations: a) He has provided grossly incorrect information when communicating the information required for verification that there are no grounds for exclusion, or that the selection criteria are met, b) The latter has withheld such information, c) The latter has been unable to immediately forward the supplementary documentation requested by a contracting authority or a contracting entity if, and d) He has improperly influenced the decision-making process of the contracting authority or the contracting entity, obtained confidential information that may give him unfair advantages in connection with the tender procedure, or negligently provided misleading information that may have a significant influence on decisions regarding exclusion,selection or award? Conflict of interest due to its participation in the procurement procedure: Is the economic operator aware of a conflict of interest, cf. national law, the relevant announcement or the tender documents, as a result of its participation in the tender procedure? Direct or indirect involvement in the preparation of this procurement procedure: Has the economic operator or a company linked to the economic operator advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure? Guilty of grave professional misconduct: Has the economic actor in connection with the exercise of the profession been guilty of serious negligence? If applicable, see definitions in national law, the relevant notice or the tender documents. Payment of social security contributions: Has the economic operator disregarded its obligations regarding the payment of contributions to social security schemes both in the country where the economic operator is established and in the Member State of the contracting authority or the contracting entity, if this is different from the country of establishment ? Business activities are suspended: Has the business activity of the economic operator been suspended? Payment of taxes: Has the economic operator disregarded its obligations regarding the payment of taxes and duties both in the country where the economic operator is established and in the Member State of the contracting authority or the contracting entity, if this is different from the country of establishment? Terrorist offenses or offenses linked to terrorist activities: If the economic operator himself or a person who belongs to the economic operator's administrative, management or supervisory body or has the power to represent or control or to make decisions therein, has by a final judgment been convicted of terrorist acts or criminal offenses related to terrorist activity by a sentence handed down no more than five years ago, or in which a period of exclusion laid down directly in the sentence continues to apply? As defined respectively in Articles 1 and 3 of Council Framework Decision 2002/475/JHA of 13 June 2002 on combating terrorism (OJ L 164 of 22.6.2002, p. 3). This exclusion ground also includes instigation, aiding and abetting and attempting to commit such acts as referred to in Article 4 of the aforementioned framework decision. 5. Lot 5.1. Lot: LOT-0000 Title: Tender for free-choice agreement on personal care and practical help Description: The tender deals with the provision of personal care and practical help with an everyday rehabilitation approach in accordance with §§ 83 and 84 of the Service Act (LBK no. 909 of 3 July 2024) , as well as the use of welfare technology and digital solutions. In addition, the tender includes the transfer of health care tasks in accordance with Section 138 of the Health Act (LBK no. 1015 of 5 September 2024). The estimated revenue from the framework agreement is expected to amount to DKK 27,000 annually.000 (calculated on the basis of historical consumption). The maximum value that can be acquired from the framework agreement during its term is DKK 194,400,000 (calculated as the estimated value plus 20%) The contracting authority intends to enter into an agreement with two private suppliers who will provide personal care and practical help to citizens in their own homes. The client will continue to provide personal care and practical help to the municipality's citizens. The municipal home care at the contracting party will thus continue after the tender has been completed. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 98513310 Home-help services 5.1.2. Place of performance Country subdivision (NUTS): Vest- and Sydsjælland (DK022) Country: Denmark Additional information: Delivery of personal care and practical help to searched citizens living in various places in Holbæk Municipality. 5.1.3. Estimated duration Start date: 01/03/2025 Duration end date: 28/02/2029 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Possibility of extension with 2 x 1 year. 5.1.5. Value Estimated value excluding VAT: DKK 162,000,000.00 Maximum value of the framework agreement: DKK 194,000,000.00 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. Additional information: Reason for exclusion: The tenderer must in appendix 14 - Declaration of faith and law re. exclusion and suitability confirm that the tenderer is not covered by the following mandatory reasons for exclusion: Section 134 a, subsection of the Tender Act. 1. A framework agreement cannot be awarded to companies with Russian affiliation, cf. Council Regulation (EU) No. 883/2014 on restrictive measures on the basis of Russia's actions that destabilize the situation in Ukraine with later amendments, including Regulation (EU) No. 2022 /1269 of 21 July 2022. In connection with submitting an offer, the offeror must complete Annex 14 - Declaration of faith and law regarding exclusion and suitability. The ordering party may require additional documentation in the form of group diagrams, ownership lists, etc. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Positive equity Description: A positive equity for the past 2 financial years. Information about this must be given in Appendix 14, declaration of faith and law regarding exclusion and suitability. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Total annual turnover Description: A total annual turnover of min. 5 million DKK incl. VAT within care, practical help and delegated nursing care for the past 2 financial years. Information about this must be given in Appendix 14, declaration of faith and law regarding exclusion and suitability. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Reference Description:The tenderer must document his experience with carrying out similar tasks for public authorities by sending min. 1 and max. 3 comparable references carried out within the last two calendar years. The reference list must contain for each reference: • Name of the public authority • Contact for the public authority, including telephone number • Contract period • Total revenue for the reference excl. VAT • Description of the reference It is therefore a requirement that the tenderer can document experience with one similar delivery to the one tendered during the last two years containing the above information. In the case of similar deliveries, the delivery of personal care and practical help to public authorities is considered. The client reserves the right to contact the reference in order to assess the tenderer's degree of satisfactorily completed work. Information about this must be provided in Appendix 1, declaration of faith and law regarding exclusion and suitability. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: The basis for evaluating "Price" is the prices listed in the offer list. See further description in the tender conditions section 10.1. Weight (percentage, exact): 60 Criterion: Type: Quality Name: Cooperation Description: The sub-criterion "cooperation" is divided into 5 sub-criteria, all of which have equal weight. Reference is made to point 10.2.1 of the tender conditions. for a more detailed description of the sub-criterion and sub-criteria. Weight (percentage, exact): 30 Criterion: Type: Quality Name: Green conversion Description: Refer to point 10.2.2 of the tender conditions. for a more detailed description of the sub-criterion. Weight (percentage, exact): 10 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: Danish Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=414619&B= 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=414619&B= Languages ​​in which tenders or requests to participate may be submitted : Danish Electronic catalogue: Allowed Variants: Not allowed Tenderers may submit more than one tender: Not allowed Deadline for receipt of tenders: 13/11/2024 22:59:00 (UTC) Deadline until which the tender must remain valid: 6 Months Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic payment will be used: yes Information about review deadlines: According to the Act on the Complaints Board for Tenders etc., the following deadlines apply for submitting a complaint: Complaints about not having been selected must be submitted to the Complaints Board for Tenders within 20 calendar days, cf. section 7, subsection of the act. 1, from the day after sending a notification to the applicants concerned about who has been selected,when the notification is accompanied by a justification for the decision in accordance with section 2, subsection of the Act. 1, no. 1, and Section 171(1) of the Public Procurement Act. 2. In other situations, a complaint must be made about tenders, cf. the act's section 7, subsection 2, be submitted to the Complaints Board for Tenders within: 1) 45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has entered into a contract. The deadline is calculated from the day after the day on which the order has been published. 2) 30 calendar days counted from the day after the day on which the contracting authority has notified the affected tenderers that a contract based on a framework agreement with re-opening of the competition or a dynamic procurement system has been entered into, if the notification has given a reason for the decision. 3) 6 months after the contracting authority has entered into a framework agreement calculated from the day after the day on which the contracting authority has notified the affected applicants and tenderers, cf. section 2, subsection of the Act. 2, and Section 171(1) of the Public Procurement Act. 4. 4) 20 calendar days counted from the day after the contracting authority has communicated its decision, cf. section 185, subsection of the Public Procurement Act. 2. At the latest at the same time as a complaint is submitted to the Complaints Board for Tenders, the complainant must notify the contracting authority in writing that the complaint is being submitted to the Complaints Board for Tenders and whether the complaint has been submitted during the standstill period, cf. section 6, subsection of the Act. 4. In cases where the complaint has not been submitted during the standstill period, the complainant must also state whether a suspensive effect of the complaint is requested, cf. section 12, subsection of the Act. 1 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Maximum number of participants: 2 Information about the dynamic purchasing system: No dynamic purchase system Electronic auction: no 5.1.16. Further information, mediation and review Mediation organization: Klagenævnet for Udbud Review organization: Klagenævnet for Udbud Organization providing additional information about the procurement procedure: Holbæk Municipality Organization providing offline access to the procurement documents: Holbæk Municipality Organization providing more information on the review procedures: Competition - and the Danish Consumer Agency Organization receiving requests to participate: Holbæk Municipality Organization processing tenders: Holbæk Municipality TED eSender: Mercell Holding ASA 8. Organizations 8.1. ORG-0001 Official name: Holbæk Municipality Registration number: 29189447 Department: Organizational service, Purchasing Postal address: Kanalstræde 2 Town: Holbæk Postcode: 4300 Country subdivision (NUTS): Vest- og Sydsjælland (DK022) Country: Denmark Contact point: Aise Özdemir Email : aiso@holb.dk Telephone: +45 72368858 Internet address: http://holbaek.dk/ Buyer profile: https://eu.eu-supply.com/ctm/company/companyinformation/index/193097 Roles of this organization :Buyer Organization providing additional information about the procurement procedure Organization providing offline access to the procurement documents Organization receiving requests to participate Organization processing tenders 8.1. ORG-0002 Official name: Klagenævnet for Tenders Registration number: 37795526 Postal address: Nævnenes Hus, Toldboden 2 Town: Viborg Postcode: 8800 Country subdivision (NUTS): Vestjylland (DK041) Country: Denmark Email: klfu@naevneneshus.dk Telephone: + 45 35291000 Internet address: http://www.klfu.dk Roles of this organization: Review organization Mediation organization 8.1. ORG-0003 Official name: Competition and Consumer Agency Registration number: 10294819 Postal address: Carl Jacobsens Vej 35 Town: Valby Postcode: 2500 Country subdivision (NUTS): Byen København (DK011) Country: Denmark Email: kfst@kfst.dk Telephone: +45 41715000 Internet address: http://www.kfst.dk Roles of this organization: Organization providing more information on the review procedures 8.1. ORG-0004 Official name: Mercell Holding ASA Registration number: 980921565 Postal address: Askekroken 11 Town: Oslo Postcode: 0277 Country subdivision (NUTS): Oslo (NO081) Country: Norway Contact point: eSender Email: publication@mercell.com Telephone: +47 21018800 Fax: +47 21018801 Internet address: http://mercell.com/ Roles of this organization: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: b8b4982e-85b4-49c4-989e-96a081946550 - 01 Form type: Competition Notice type: Contract notice – light regime Notice subtype: 20 Notice dispatch date: 14/10/2024 15:00:50 (UTC ) Notice dispatch date (eSender): 14/10/2024 17:00:39 (UTC) Languages ​​in which this notice is officially available: Danish 11.2. Publication information Notice publication number: 625093-2024 OJ S issue number: 202/2024 Publication date: 16/10/2024 Czech document download: https://ted.europa.eu/cs/notice/625093-2024/pdf Danish document download: https://ted.europa.eu/da/notice/625093-2024/pdf German document download: https://ted.europa.eu/de/notice/625093-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/625093-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/625093-2024/pdf English document download: https://ted. europa.eu/en/notice/625093-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/625093-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/625093-2024/pdf French document download: https://ted.europa.eu/fr/notice/625093-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 625093-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/625093-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/625093-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/625093-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/625093-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/625093-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/625093-2024/pdf Dutch document download: https://ted.europa.eu/nl/ notice/625093-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/625093-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/625093- 2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/625093-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/625093-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/625093-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/625093-2024/pdf Bulgarian document download: https ://ted.europa.eu/bg/notice/625093-2024/pdf
NAICS
Scenic and Sightseeing Transportation Scenic and Sightseeing Transportation InformationT Scenic and Sightseeing Transportation Scenic and Sightseeing Transportation
CPVS
System, storage and content management software package Mains Baths Green tea System, storage and content management software development services Vats Accordions Shapes Cotton wool
UNSPSC
House Awards Business cases Distribution Personal care services Sales tax Coffee, green
Regions
Europe Northern Europe Western Europe
Sectors
Printing and Publishing Services Construction Energy-Power and Electrical Computer Hardwares and Consumables Marine
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