Tender Details
Title
Norway – Financial management consultancy services – 24/00860 Framework agreement for assistance in VAT distribution keys and government financial management - FHI Place of performance: Norway Main nature of the contract: Services Official name: Norsk Helsenett SF Type of procedure: Open
Country
Language
English
Organization
Published Date
19.06.2024
Deadline Date
05.09.2024
Overview
363581-2024 - Competition Competition Norway: Financial management consultancy services 24/00860 Framework agreement for assistance in VAT distribution keys and government financial management - FHI Norway, Anywhere in the given country Estimated value excluding VAT: 8 000 000,00 NOK Type of procedure: Open Buyer Buyer: Norsk Helsenett SF Norway, Trøndelag (NO060), TRONDHEIM LOT-0000: 24/00860 Framework agreement for assistance in VAT distribution keys and government financial management - FHI Financial management consultancy services Norway, Anywhere in the given country Start date: 08/12/2024 Duration end date: 08/12/2028 Estimated value excluding VAT: 8 000 000,00 NOK Deadline for receipt of tenders: 05/09/2024 - 10:00:00 (UTC) 363581-2024 - Competition Norway – Financial management consultancy services – 24/00860 Framework agreement for assistance in VAT distribution keys and government financial management - FHI OJ S 118/2024 19/06/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Norsk Helsenett SF Legal type of the buyer: Public undertaking, controlled by a central government authority Activity of the contracting authority: Health 2. Procedure 2.1. Procedure Title: 24/00860 Framework agreement for assistance in VAT distribution keys and government financial management - FHI Description: Tenderers shall offer three - four named/fixed resources for assignments/assistance under the framework agreement. The following roles shall be offered: One delivery manager for the entire assignment One permanent executing resource for "general assistance with government financial management" (can be the same resource as the delivery manager)Two permanent executing resources on assistance for the "VAT distribution keys", one of the offered resources shall have a lawyer grant The provision responsible for the assignment and the executing fixed resources that are offered shall be available for the contracting authority in the sense that enquiries are answered within a reasonable time. The working language shall be Norwegian. Procedure identifier: 5304cf0b-2dc0-47cc-b96c-5c03ef35dcfd Internal identifier: 24/00860 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: Tenderers shall offer three - four named/fixed resources for assignments/assistance under the framework agreement. The following roles shall be offered: One delivery manager for the entire assignment One permanent executing resource for "general assistance with government financial management" (can be the same resource as the delivery manager)Two permanent executing resources for assistance with "VAT distribution keys", one of the offered resources shall have a lawyer grant the Contracting Authority needs assistance with determining the correct proportional deduction of VAT. In addition there will be a need to clarify ongoing VAT questions. These can be simple questions that can be quickly clarified or major assignments that are more resource intensive. There is also a need for assistance with various financial assignments at the contracting authority. This can be for assignments connected to SRS accounting (government accounting standards), general government financial management, authority structures, review of internal control etc. 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79412000 Financial management consultancy services Additional classification (cpv): 75100000 Administration services, 79210000 Accounting and auditing services, 79212000 Auditing services 2.1.2. Place of performance Country: Norway Anywhere in the given country 2.1.3. Value Estimated value excluding VAT: 8 000 000,00 NOK Maximum value of the framework agreement: 10 000 000,00 NOK 2.1.4. General information Additional information: Based on previous framework agreements and experiences, the value is estimated to be NOK 200,000,000. NOK 8 million including options. As unforeseen events may occur in connection with accounting (based on previous experience), the maximum value of the framework agreement is NOK 300,000,000. 10 million. Legal basis: Directive 2014/24/EU Anskaffelsesforskriften - 2.1.6. Grounds for exclusion: 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. 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) Money laundering or terrorist financing: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15). Fraud: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48). Child labour and other forms of trafficking in human beings: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1). 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? Payment of taxes: Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in? Terrorist offences or offences linked to terrorist activities: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision. 5. Lot 5.1. Lot: LOT-0000 Title: 24/00860 Framework agreement for assistance in VAT distribution keys and government financial management - FHI Description: Tenderers shall offer three - four named/fixed resources for assignments/assistance under the framework agreement. The following roles shall be offered: One delivery manager for the entire assignment One permanent executing resource for "general assistance with government financial management" (can be the same resource as the delivery manager)Two permanent executing resources on assistance for the "VAT distribution keys", one of the offered resources shall have a lawyer grant The provision responsible for the assignment and the executing fixed resources that are offered shall be available for the contracting authority in the sense that enquiries are answered within a reasonable time. The working language shall be Norwegian. Internal identifier: 24/00860 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79412000 Financial management consultancy services Additional classification (cpv): 75100000 Administration services, 79210000 Accounting and auditing services, 79212000 Auditing services Options: Description of the options: The agreement period is two years with an option for the contracting authority to extend the contract for one + one year. 5.1.2. Place of performance Country: Norway Anywhere in the given country 5.1.3. Estimated duration Start date: 08/12/2024 Duration end date: 08/12/2028 5.1.5. Value Estimated value excluding VAT: 8 000 000,00 NOK Maximum value of the framework agreement: 10 000 000,00 NOK 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) Additional information: Based on previous framework agreements and experiences, the value is estimated to be NOK 200,000,000. NOK 8 million including options. As unforeseen events may occur in connection with accounting (based on previous experience), the maximum value of the framework agreement is NOK 300,000,000. 10 million. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: 'Total' annual turnover Description: The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Average annual turnover Description: The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: "Specific annual turnover" Description: Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Average set-up Description: Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: The tenderer's establishment date Description: If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Financial key figures Description: For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Liability insurance Description: The insured amount in the tenderer ́s liability insurance is the following: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Other economic and financial requirements Description: Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: The tenderer's financial and economic position. Description: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirement: Credit rating based on the most recent financial figures. The rating shall be carried out/instead of by a credit information company with licence to conduct this service. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Other Name: Certificates issued by independent bodies for quality assurance standards. Description: Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Use of this criterion: Not used Criterion: Type: Other Name: Certificates issued by independent bodies for environmental management standards. Description: Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register Description: Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Description: Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: In the case of service contracts: Authorisations from a particular organisation required Description: Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country? Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: In the case of service contracts: Membership in a particular organisation is required Description: Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country? Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Services only Description: Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Technical personnel or technical units Description: Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Technical facilities and quality assurance measures Description: The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Investigation and research facilities Description: The tenderer ́s survey and research facilitates are as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Management and tracing of the supply chain Description: The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Control Permission Description: For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Education and professional qualifications Description: The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Environmental management measures Description: Tenderers can employ the following environmental management measures in connection with the execution of the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Number of employees in the management Description: The tenderer ́s number of employees in the management during the last three years was as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Average workforce Description: The tenderer's average annual workforce in the last three years has been as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Tools, materials and technical equipment. Description: Tenderers can use the following tools, material and technical equipment to carry out the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Portion of the contract to sub-suppliers. Description: The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Requirements of the tenderer ́s competence and experience. Description: Qualification requirement: Competence and experience with major governmental activities are required. Documentation requirement: Tenderers are asked to provide 1-3 reference projects. Minimum qualification requirements Use of this criterion: Used 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Deadline for requesting additional information: 23/08/2024 10:00:00 (UTC) Address of the procurement documents: https://permalink.mercell.com/230511717.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/230511717.aspx Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Variants: Not allowed Deadline for receipt of tenders: 05/09/2024 10:00:00 (UTC) Deadline until which the tender must remain valid: 2 Months Information about public opening: Opening date: 05/09/2024 10:00:00 (UTC) Terms of contract: Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Trøndelag tingrett 8. Organisations 8.1. ORG-0001 Official name: Norsk Helsenett SF Registration number: 994598759 Postal address: Abels gate 9 Town: TRONDHEIM Postcode: 7030 Country subdivision (NUTS): Trøndelag (NO060) Country: Norway Contact point: Avdeling anskaffelser Email: anskaffelser@nhn.no Telephone: +47 24200000 Internet address: http://www.nhn.no Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Trøndelag tingrett Registration number: 926722794 Town: Trondheim Country: Norway Email: trondelag.tingrett@domstol.no Telephone: 73542400 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 5685cf27-baed-4506-84f4-2b8eaa9b9d31 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 18/06/2024 06:36:35 (UTC) Notice dispatch date (eSender): 18/06/2024 07:21:59 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 363581-2024 OJ S issue number: 118/2024 Publication date: 19/06/2024 Czech document download: https://ted.europa.eu/cs/notice/363581-2024/pdf Danish document download: https://ted.europa.eu/da/notice/363581-2024/pdf German document download: https://ted.europa.eu/de/notice/363581-2024/pdf Greek document download: https://ted.europa.eu/el/notice/363581-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/363581-2024/pdf English document download: https://ted.europa.eu/en/notice/363581-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/363581-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/363581-2024/pdf French document download: https://ted.europa.eu/fr/notice/363581-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/363581-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/363581-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/363581-2024/pdf Italian document download: https://ted.europa.eu/it/notice/363581-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/363581-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/363581-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/363581-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/363581-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/363581-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/363581-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/363581-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/363581-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/363581-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/363581-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/363581-2024/pdf
NAICS
Power Business All Other Professional Navigational Other Direct Insurance (except Life Professional Justice Bolt Electric Power Transmission Regulation Other Foundation Copper Other Foundation Religious Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Accounting Machinery Regulation Direct Insurance (except Life Investigation Direct Life Accounting Measuring Navigational Financial Transactions Processing Foundation Other Similar Organizations (except Business All Other Professional Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Funds
CPVS
Tools Parts of structures Iron, lead, zinc, tin and copper System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Lead Research, testing and scientific technical simulator Seals Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Structures and parts Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems System, storage and content management software development services Forms Parts of chain Chain Vats Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Catalogues Gates Other services Accounting, auditing and fiscal services Keys Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Designs Tool parts Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Chains Nuts Business cases Environmental management Inspection Distribution Quality control Co financing Equipment cases Gates Liability insurance Case making services Seals Securities E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation)
Regions
Europe Northern Europe Western Europe
Sectors
Services Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables
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