20240066 the purchase of consultancy services for interior architect services and workplace consultancy services

The Norwegian Tax Authority has established a standard workplace concept that shall contribute to supplying the Norwegian Tax Administration with efficient and attractive office premises that support the Norwegian Tax Administration's work processes. There is a need for external assistance and consultancy within interior architect services and workplace design for …

CPV: 71000000 Servicios de arquitectura, construcción, ingeniería e inspección, 71200000 Servicios de arquitectura y servicios conexos, 71210000 Servicios de asesoramiento en arquitectura, 71220000 Servicios de diseño arquitectónico, 71221000 Servicios de arquitectura para edificios, 79931000 Servicios de decoración de interiores
Plazo:
7 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
20240066 the purchase of consultancy services for interior architect services and workplace consultancy services
Organismo adjudicador:
Skatteetaten
Número de premio:
2024/2516

1. Buyer

1.1 Buyer

Official name : Skatteetaten
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 20240066 the purchase of consultancy services for interior architect services and workplace consultancy services
Description : The Norwegian Tax Authority has established a standard workplace concept that shall contribute to supplying the Norwegian Tax Administration with efficient and attractive office premises that support the Norwegian Tax Administration's work processes. There is a need for external assistance and consultancy within interior architect services and workplace design for a number of large projects. We would therefore like to enter into framework agreements to cover the above mentioned needs. See the procurement documents for further details on the assignment.
Procedure identifier : 788b6bd8-7af0-41d7-9f3e-b1ef610d9c2c
Previous notice : 109518-2024
Internal identifier : 2024/2516
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79931000 Interior decorating services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71221000 Architectural services for buildings

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The assignment can be connected to all locations of the Norwegian Tax Administration.

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : 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 made mandatory in accordance with the current national law without the possibility for exceptions.
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.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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? 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).
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 : In accordance with ESPD part III: Rejection Reasons, Section D: "Other rejection reasons stipulated in the national legislation of the Contracting Authority's Member State": The Norwegian procurement rules go further than what follows the rejection reasons stated in the EU Directive on Public Procurements and in the standard form for ESPD. Emphasis is put on the fact that all the rejection reasons in PPR § 24-2 in this competition apply, including the purely national rejection reasons. The following rejection reasons in the Public Procurement Regulations § 24-2 are purely national rejection reasons: § 24-2 (2): In this provision, it is stated that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. • § 24-2 (3) letter in: The rejection reason in the ESPD form only concerns serious errors in professional practice, while the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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?
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 : 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.
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 technical ID : LOT-0000

Title : 20240066 the purchase of consultancy services for interior architect services and workplace consultancy services
Description : The Norwegian Tax Authority has established a standard workplace concept that shall contribute to supplying the Norwegian Tax Administration with efficient and attractive office premises that support the Norwegian Tax Administration's work processes. There is a need for external assistance and consultancy within interior architect services and workplace design for a number of large projects. We would therefore like to enter into framework agreements to cover the above mentioned needs. See the procurement documents for further details on the assignment.
Internal identifier : 2024/2516

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79931000 Interior decorating services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71221000 Architectural services for buildings
Options :
Description of the options : The contract will be valid for 2 years. The contracting authority has the right to extend the framework agreement for a further one year at a time, up to 2 times.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The assignment can be connected to all locations of the Norwegian Tax Administration.

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers shall have sufficient financial capacity to fulfil the contractual obligations.
Description : Credit rating from a certified credit institution.  The credit appraisal/report shall not be older than three months, and it must be issued by a publicly certified credit rating company.  The credit rating shall typically be indicated by an alphabetic character or brief text, as well as an explanation of these. The report shall be based on the last known accounting figures. The date must be clearly stated. The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years. Key figures for liquidity and equity ratio must be shown on the credit rating. If needed, the Norwegian Tax Administration can demand that the tenderer delivers further documentation of fulfilment of the above mentioned qualification requirements. If a tenderer has a justifiable reason (e.g. a recently started company) for not submitting the documentation required by the Norwegian Tax Administration, he can document his economic and financial capacity with any other document that the Norwegian Tax Administration deems suitable.
Use of this criterion : Used
Criterion :
Type : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers must have fulfilled their obligations with respect to the payment of taxes, payroll tax and value added tax (VAT).
Description : Tenderers must have fulfilled their obligations with respect to the payment of taxes, payroll tax and value added tax (VAT).
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer shall have good capacity and competence to be able to carry out the assignment.
Description : Information on the tenderer ́s organisation and manpower. Description of the tenderer's personnel and units that the tenderer has at its disposal for fulfilment of the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have good experience from similar deliveries within interior architect services and workplace design.
Description : Overview of the most important deliveries or services performed during the past three years, including information about the value, time and name of the recipient.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have an environmental management/management system.
Description : An account of the tenderer ́s environmental management/environmental management system. If the tenderer is certified, it is sufficient to enclosed a copy of a certificate issued by the certification body. Reference here is made to EMAS (the joint scheme for environmental management and environmental audits) or equivalent environment management standards based on relevant European or international standards. The contracting authority will also accept other documentation of equivalent environmental management measures. from the tenderers.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : As described in the procurement documents.
Weight (percentage, exact) : 70
Criterion :
Type : Price
Name : Price
Description : As described in the procurement documents.
Weight (percentage, exact) : 30
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 : 29/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=29772

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 07/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 07/10/2024 10:01 +00:00
Place : Oslo
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : Executing personnel must sign the Norwegian Tax Administration ́s confidentiality statement before the contract work starts.
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
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : Oslo tingrett
Review organisation : Oslo tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing additional information about the procurement procedure : Skatteetaten
Organisation providing offline access to the procurement documents : Skatteetaten
Organisation providing more information on the review procedures : Oslo tingrett
Organisation receiving requests to participate : Skatteetaten
Organisation processing tenders : Skatteetaten

8. Organisations

8.1 ORG-0001

Official name : Skatteetaten
Registration number : 974761076
Department : Anskaffelser
Postal address : Fredrik Selmers vei 4
Town : Oslo
Postcode : 0663
Country : Norway
Contact point : Pål Tollersrud
Telephone : +47 80080000
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 : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

11. Notice information

11.1 Notice information

Notice identifier/version : 02b8d26b-38b3-4fc6-8141-b791008e8843 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/09/2024 09:46 +00:00
Notice dispatch date (eSender) : 06/09/2024 09:51 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00537566-2024
OJ S issue number : 175/2024
Publication date : 09/09/2024