Tender Details
Title

Norway – Reception services – Operation and servicing in the Norwegian Environment Agency ́s premises in Trondheim. Place of performance: Other or Not Specified Main nature of the contract: Services Official name: Miljødirektoratet Type of procedure: Open

Country
Language
English
Organization
Published Date
08.10.2024
Deadline Date
11.11.2024
Overview
605167-2024 - Competition Competition Norway: Reception services Operation and servicing in the Norwegian Environment Agency ́s premises in Trondheim. Estimated value excluding VAT: 7 000 000,00 NOK Type of procedure: Open Buyer Buyer: Miljødirektoratet Email: Kristin.Skog@miljodir.no Norway, Trondheim LOT-0000: Operation and servicing in the Norwegian Environment Agency ́s premises in Trondheim. Reception services Start date: 01/01/2025 Duration end date: 31/12/2025 Deadline for receipt of tenders: 11/11/2024 - 12:00:00 (UTC+1) 605167-2024 - Competition Norway – Reception services – Operation and servicing in the Norwegian Environment Agency ́s premises in Trondheim. OJ S 196/2024 08/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Miljødirektoratet Email: Kristin.Skog@miljodir.no Legal type of the buyer: Central government authority Activity of the contracting authority: Environmental protection 2. Procedure 2.1. Procedure Title: Operation and servicing in the Norwegian Environment Agency ́s premises in Trondheim. Description: The procurement is for operational and servicing services in the Norwegian Environment Agency ́s premises in Trondheim. The main assignment assignments include exchange and reception manpower, production of access cards, access management, post-processing, service of goods reception and storage, meeting room services, janitor services and servicing of photocopiers and coffee machines. The assignment will start 1 January 2025, with a duration of one year and Option for the contracting authority to extend the contract on verbatim terms for 1+1+1 year, so that the total maximum duration of the agreement is 4 years. Particular attention is claimed in this competition that the winning tenderer must offer employment and continuation of the central wages and working conditions for the persons who currently carry out the assignment. The current service provider is the ISS. Procedure identifier: 1c4e7903-654c-45b6-90d3-9ab05e969c5f Internal identifier: 2024/8406 Type of procedure: Open Main features of the procedure: See the tender documentation 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79992000 Reception services Additional classification (cpv): 70000000 Real estate services 2.1.3. Value Estimated value excluding VAT: 7 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU Procurement Regulations 2.1.6. Grounds for exclusion 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 combating organised crime (EUT L 300 of 11.11.2008, p. 42). Corruption: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier. Fraud: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48). 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. 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). 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? Breaching of obligations in the fields of environmental law: Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Breaching of obligations in the fields of social law: Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Breaching of obligations in the fields of labour law: Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Bankruptcy: Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Insolvency: Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers is obligatory in accordance with the current national law without the possibility for exceptions. Arrangement with creditors: Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers is obligatory in accordance with the current national law without the possibility for exceptions. Assets being administered by liquidator: Is the tenderer in a situation where he has his assets managed by a bankruptcy manager or by the court? 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 is obligatory in accordance with the current national law without the possibility for exceptions. Business activities are suspended: Has the tenderer's business conduct been stopped? 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. Agreements with other economic operators aimed at distorting competition: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition? Guilty of grave professional misconduct: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents. Conflict of interest due to its participation in the procurement procedure: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents? Direct or indirect involvement in the preparation of this procurement procedure: Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition? Early termination, damages or other comparable sanctions: Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions? Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Has 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? Purely national exclusion grounds: The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply? 5. Lot 5.1. Lot: LOT-0000 Title: Operation and servicing in the Norwegian Environment Agency ́s premises in Trondheim. Description: The procurement is for operational and servicing services in the Norwegian Environment Agency ́s premises in Trondheim. The main assignment assignments include exchange and reception manpower, production of access cards, access management, post-processing, service of goods reception and storage, meeting room services, janitor services and servicing of photocopiers and coffee machines. The assignment will start 1 January 2025, with a duration of one year and Option for the contracting authority to extend the contract on verbatim terms for 1+1+1 year, so that the total maximum duration of the agreement is 4 years. Particular attention is claimed in this competition that the winning tenderer must offer employment and continuation of the central wages and working conditions for the persons who currently carry out the assignment. The current service provider is the ISS. Internal identifier: 2024/8406 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79992000 Reception services Additional classification (cpv): 70000000 Real estate services Options: Description of the options: Option extension, option extension, option extension 5.1.3. Estimated duration Start date: 01/01/2025 Duration end date: 31/12/2025 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): yes 5.1.9. Selection criteria Criterion: Type: Other Name: Tenderers shall have experience from comparable contracts. Description: Description of up to 3 of the tenderer's most relevant contracts in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (preferably the name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Use of this criterion: Used Criterion: Type: Other Name: Norwegian tenderers must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT). Description: Tax certificate, not older than six months. Use of this criterion: Used 5.1.11. Procurement documents Deadline for requesting additional information: 01/11/2024 12:00:00 (UTC+1) Address of the procurement documents: https://tilbudsportal.miljodirektoratet.no/Forside/Detaljer?anskaffelseId=545 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tilbudsportal.miljodirektoratet.no/Forside/Detaljer?anskaffelseId=545 Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 11/11/2024 12:00:00 (UTC+1) Deadline until which the tender must remain valid: 30 Days Information about public opening: Opening date: 11/11/2024 13:00:00 (UTC+1) Place: The Norwegian Environment Agency Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Conditions relating to the performance of the contract: See the tender documentation Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Trøndelag tingrett Organisation providing additional information about the procurement procedure: Miljødirektoratet Organisation receiving requests to participate: Miljødirektoratet 8. Organisations 8.1. ORG-0001 Official name: Miljødirektoratet Registration number: 999 601 391 Postal address: Brattørkaia 15B Town: Trondheim Postcode: 7010 Country: Norway Contact point: Kristin Skog Email: Kristin.Skog@miljodir.no Telephone: 73 58 05 00 Internet address: http://www.miljodirektoratet.no Buyer profile: https://kgv.doffin.no/ctm/Company/CompanyInformation/profile/NO/999601391 Roles of this organisation: Buyer Organisation providing additional information about the procurement procedure Organisation receiving requests to participate 8.1. ORG-0002 Official name: Trøndelag tingrett Registration number: 926 722 794 Postal address: Postboks 2317 Torgarden Town: Trondheim Postcode: 7004 Country: Norway Email: sor-trondelag.tingrett@domstol.no Telephone: 73 54 24 00 Internet address: https://www.domstol.no/Enkelt-domstol/trondelag-tingrett/ Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: c4895e73-991d-4dab-a9f7-55515fff8729 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 07/10/2024 12:18:43 (UTC+2) Notice dispatch date (eSender): 07/10/2024 12:18:43 (UTC+2) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 605167-2024 OJ S issue number: 196/2024 Publication date: 08/10/2024 Czech document download: https://ted.europa.eu/cs/notice/605167-2024/pdf Danish document download: https://ted.europa.eu/da/notice/605167-2024/pdf German document download: https://ted.europa.eu/de/notice/605167-2024/pdf Greek document download: https://ted.europa.eu/el/notice/605167-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/605167-2024/pdf English document download: https://ted.europa.eu/en/notice/605167-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/605167-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/605167-2024/pdf French document download: https://ted.europa.eu/fr/notice/605167-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/605167-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/605167-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/605167-2024/pdf Italian document download: https://ted.europa.eu/it/notice/605167-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/605167-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/605167-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/605167-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/605167-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/605167-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/605167-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/605167-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/605167-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/605167-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/605167-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/605167-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Electric Power Transmission Regulation Copper Religious Financial Transactions Processing Securities Justice Other Professional Other Justice Regulation Measuring Courts Navigational Trusts Courts Financial Transactions Processing Other Similar Organizations (except Business Environment All Other Professional Management Other Justice Trusts Other Similar Organizations (except Business Agencies Copper Professional Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Profiles Environmental protection System, storage and content management software package Mains Control, safety, signalling and light equipment Coffee, tea and related products Lavatory seats, covers, bowls and cisterns Publications Control, safety or signalling equipment for inland waterways Lead ID cards Photocopiers Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Forms Vats Coffee Pressure-reducing, control, check or safety valves Catalogues Other services Seats, chairs and related products, and associated parts 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 Control, safety or signalling equipment for airports Dates
UNSPSC
Profiles Photocopiers Awards Coffee Business cases Environmental protection Storage General goods storage Co financing Employment Value added tax VAT Machine made parts Case making services Coffee, green Securities
Regions
Europe Northern Europe Western Europe
Sectors
Environment and Pollution-Recycling Roads and Highways-Bridge Environmental Work Services Defence and Security Construction Energy-Power and Electrical Computer Hardwares and Consumables Electronics
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