Framework agreement for the hire of temporary staff for nurseries, before-and-after-school care and the primary and secondary schools.

Randaberg municipality would like, via this competition, to enter into parallel framework agreements for the hire of temporary staff for nurseries, before-and-after-school care and primary and secondary schools. The delivery is for the provision of temporary staff services in the following job categories: -Educators - Nursery teacher - Child and …

CPV: 79600000 Personaleinstellung, 79620000 Überlassung von Personal einschließlich Zeitarbeitskräfte
Frist:
5. März 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Framework agreement for the hire of temporary staff for nurseries, before-and-after-school care and the primary and secondary schools.
Vergabestelle:
Randaberg kommune
Vergabenummer:
24/63

1. Buyer

1.1 Buyer

Official name : Randaberg kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for the hire of temporary staff for nurseries, before-and-after-school care and the primary and secondary schools.
Description : Randaberg municipality would like, via this competition, to enter into parallel framework agreements for the hire of temporary staff for nurseries, before-and-after-school care and primary and secondary schools. The delivery is for the provision of temporary staff services in the following job categories: -Educators - Nursery teacher - Child and youth workers. - Assistants (unskilled) - Primary and secondary school teachers The schools are included in the agreement, but the schools' practice will to a small degree be affected. The schools have "separate" temporary staff, e.g. teacher students that they use for absenteeism.
Procedure identifier : dc363464-dcad-433f-a654-19c212e1da2d
Internal identifier : 24/63
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement is covered by the Public Procurement Act dated 17 June 2016 no. 73 (the Procurement Act), and the Public Procurement Regulations dated 12 August 2016 no. 974 (procurement regulations). Parts I and part III of the regulations apply for this procurement. The chosen procurement procedure is an open tender contest, cf. the procurement regulations § 13-1.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79600000 Recruitment services
Additional classification ( cpv ): 79620000 Supply services of personnel including temporary staff

2.1.2 Place of performance

Anywhere
Additional information : Anywhere in Randaberg municipality.

2.1.3 Value

Estimated value excluding VAT : 12 000 000 Norwegian krone
Maximum value of the framework agreement : 14 400 000 Norwegian krone

2.1.4 General information

Additional information : Exception from the public procurement regulations § 7-9. Climate and environmental considerations in public procurements. The nature of the procurement is temporary staff services, i.e. the delivery of labour to replace permanent employees in the event of illness and/or staff holidays. In order to map the climate footprint and other forms of environmental impact from the nature of temporary staff services, the municipality anticipates that a temporary staff ́s climate footprint and environmental impact will be equal to the load from an average permanent employee. The municipality considers that the procurement of temporary staff services, where the core of the delivery is labour, will only have marginal climate footprint and environmental impact. How the temporary staff gets to and from work is assessed to be outside the nature of the procurement and is therefore not assessed further. The municipality will, based on its assessment, use the exclusion provisions in the procurement regulations § 7-9 fifth section, as the procurement is justified by nature to have a climate footprint and an environmental impact that is immaterial. The municipality is therefore exempt from the obligations to weight the environment 30% or to prioritise the environment among the three highest prioritised award criteria.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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)
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?
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.
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?
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?
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).
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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?
Conflict of interest due to its participation in the procurement procedure : Is the tenderer 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?
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.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations 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.
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?
Business activities are suspended : Has the tenderer's business conduct been stopped?
Payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where 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 technical ID : LOT-0000

Title : Framework agreement for the hire of temporary staff for nurseries, before-and-after-school care and the primary and secondary schools.
Description : Randaberg municipality would like, via this competition, to enter into parallel framework agreements for the hire of temporary staff for nurseries, before-and-after-school care and primary and secondary schools. The delivery is for the provision of temporary staff services in the following job categories: -Educators - Nursery teacher - Child and youth workers. - Assistants (unskilled) - Primary and secondary school teachers The schools are included in the agreement, but the schools' practice will to a small degree be affected. The schools have "separate" temporary staff, e.g. teacher students that they use for absenteeism.
Internal identifier : 24/63

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79600000 Recruitment services
Additional classification ( cpv ): 79620000 Supply services of personnel including temporary staff

5.1.2 Place of performance

Anywhere
Additional information : Anywhere in Randaberg municipality.

5.1.3 Estimated duration

Start date : 11/04/2025
Duration end date : 10/04/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contracting authority intends to enter into parallel framework agreements with up to three (3) tenderers. The contract will be valid for 2 years, with subsequent options for 1+1 year on verbatim terms.

5.1.5 Value

Estimated value excluding VAT : 12 000 000 Norwegian krone
Maximum value of the framework agreement : 14 400 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : Exception from the public procurement regulations § 7-9. Climate and environmental considerations in public procurements. The nature of the procurement is temporary staff services, i.e. the delivery of labour to replace permanent employees in the event of illness and/or staff holidays. In order to map the climate footprint and other forms of environmental impact from the nature of temporary staff services, the municipality anticipates that a temporary staff ́s climate footprint and environmental impact will be equal to the load from an average permanent employee. The municipality considers that the procurement of temporary staff services, where the core of the delivery is labour, will only have marginal climate footprint and environmental impact. How the temporary staff gets to and from work is assessed to be outside the nature of the procurement and is therefore not assessed further. The municipality will, based on its assessment, use the exclusion provisions in the procurement regulations § 7-9 fifth section, as the procurement is justified by nature to have a climate footprint and an environmental impact that is immaterial. The municipality is therefore exempt from the obligations to weight the environment 30% or to prioritise the environment among the three highest prioritised award criteria.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers must have sufficient financial capacity to fulfil the contract.
Description : The contracting authority will obtain the credit rating Commercial Delphi Score from Experian (the contracting authority subscribes to services from Experian). Tenderers must be in risk class 5 or higher on the Experian scale. It is a prerequisite that the tenderer has known registered information about the company and consents by submitting the tender for the information to be collected and used as a basis for assessing the tenderer's financial conditions. If the Contracting Authority cannot find a credit rating of each company in Experian, or the credit rating is not in accordance with the required rating, the Contracting Authority will attempt to cover its documentation need in another way. The contracting authority can, for example, assess whether the financial ability is satisfactory based on the other information that is available in the system from Experian, or request other documentation that confirms that the tenderer has the financial ability to fulfil the contract.
Use of this criterion : Used
Criterion :
Type : Other
Name : Fulfils all the stated qualification requirements.
Description : The tenderer fulfils the stated qualification requirements.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer shall be a legally established company.
Description : Norwegian companies: Company Registration Certificate Foreign companies: Documentation proving that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall have their tax and VAT payments in order.
Description : Norwegian companies: Tax and VAT certificate, not older than 6 months calculated from the tender deadline ( https://www.altinn.no/no/Skjema-ogtjenester/Etater/Skatteetaten/Attestbestilling/). Foreign companies: Certificate issued by the relevant authority in the country where the company is registered as a company that confirms that the company has met its tax and VAT payments. The certificate shall not be older than 6 months from the tender deadline.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience from at least three similar assignments is required. Equivalent means the delivery of temporary staff to the same extent as those requested in the competition. Documentation of excellent implementation ability is required.
Description : Tenderers are requested, together with a tender, to enclose a list of the most important deliveries or services performed in the last three years, which shall as a minimum contain: - Brief description of the assignment - Size or value of the deliveries - Date (contract period) - Name of the customers and a short description of these - Telephone number, email address and name of contact persons at the customers. References may be contacted. (Due to practical reasons, the Contracting Authority requests that the qualification requirements are submitted simultaneously with the tender to the tenderer).
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer shall have the necessary capacity and competence to meet the needs of the execution of the assignment.
Description : Tenderers are asked, together with their tender, to enclose documentation on the company ́s organisation plan, number of man-labour years and an overview of the manpower/key person(s) who have the professional responsibility for the assignment. (Due to practical reasons, the Contracting Authority requests that the qualification requirements are submitted simultaneously with the tender to the tenderer).
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall fulfil the terms to be registered in the Norwegian Labour Inspection Authority ́s register, cf. FOR 2008-06-04 no. 541: Regulations on manpower companies §5. This requirement also applies for any sub-suppliers who will contribute to the fulfilment of the contract.
Description : Printout from the register for manpower companies or a copy of notification to the Norwegian Labour Inspection Authority, including documentation that the registration requirement is fulfilled. Such a printout shall also be delivered for any sub-suppliers who contribute to fulfilling the requirements in the tender documentation.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price - 60%
Description : The evaluation sum from the submitted response to Annex 1 - Price Form. The sum from Cell E12 is used and the lowest price achieves 10 points on this criteria.
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Quality 40%
Description : The contracting authority will evaluate this award criteria in relation to sub-allocation criteria points 1.1, 1.2, 1.3 and 1.4. The contracting authority would like temporary staff who are well suited for the assignments and who have received good and appropriate training. Furthermore, the contracting authority would like a tenderer who follows up the temporary staff in a good way and who has good routines for handling deviations. Tenderers shall also have an ordering portal and routines for selection/allocating temporary staff for an assignment after the order has been received. 1.1 Recruiting (25%) Tenderers are requested to describe how they recruit temporary staff. The contracting authority will emphasise good systems that will make the recruited temporary staff suitable for the assignment, and emphasis will be put on how the tenderer works to recruit as many relevant candidates as possible. 1.2 Training and following-up (25%) Tenderers are requested to describe the training offer to both new and more experienced temporary staff. Furthermore, tenderers are requested to describe how they follow up the temporary staff. Good routines, professional content, training and follow-up when temporary staff are to be commissioned, which ensures that the quality and knowledge of hired temporary staff will be emphasised. 1.3 Handling deviations (25%) Tenderers are requested to describe how deviations are handled, including if the temporary staff commits offences, is not suitable for the task, as well as other deviations. Emphasis will be put on good routines for handling deviations. 1.4 Orders (25%) Tenderers are asked to describe their booking system and the possibility to place orders for assignments during the nursery ́s ordinary opening hours, at weekends and outside ordinary opening hours. Also describe the tenderer ́s routines for the selection and allocation of temporary staff for an assignment after the order has been received. State how far forward a temporary staff can be ordered, as well as any consequences if cancelled prior to the assignment. An ordering portal with history and a picture of temporary staff is seen as positive. Tenderers shall respond to all sub-criteria in the same annex. The responses shall have a maximum of 10 pages (A4), Arial, 10 points, single spaced lines and general margins.
Weight (percentage, exact) : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 25/02/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=44350

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 05/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 84 Day
Information about public opening :
Opening date : 05/03/2025 11:01 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett

8. Organisations

8.1 ORG-0001

Official name : Randaberg kommune
Registration number : 934 945 514
Department : Økonomi
Postal address : Postboks 40
Town : Randaberg
Postcode : 4096
Country : Norway
Contact point : Kjetil Langeland
Telephone : +47
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Postal address : Postboks 159
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 5667fddc-feb5-4cab-a733-9d7cbc29a1a2 - 02
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/01/2025 12:04 +00:00
Notice dispatch date (eSender) : 31/01/2025 12:04 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00073676-2025
OJ S issue number : 23/2025
Publication date : 03/02/2025