An agreement for an evaluation of a regional environment programme.

The Norwegian Agriculture Agency, in consultation with the Norwegian Environment Agency and the Directorate of Cultural Heritage, has been given the contracting parties for the Agricultural Agreement 2024 to announce an external evaluation of the Regional Environment Programme. The Norwegian Agriculture Agency, in consultation with the Norwegian Environment Agency and …

CPV: 45262640 Trabajos de mejoramiento del medio ambiente, 73200000 Servicios de consultoría en investigación y desarrollo, 79419000 Servicios de consultoría en evaluación, 90713000 Servicios de asesoramiento sobre asuntos ambientales
Plazo:
1 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
An agreement for an evaluation of a regional environment programme.
Organismo adjudicador:
Landbruksdirektoratet
Número de premio:
24/69361

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : An agreement for an evaluation of a regional environment programme.
Description : The Norwegian Agriculture Agency, in consultation with the Norwegian Environment Agency and the Directorate of Cultural Heritage, has been given the contracting parties for the Agricultural Agreement 2024 to announce an external evaluation of the Regional Environment Programme.
Procedure identifier : 7615f2e3-ce67-4721-96f4-6eed1153b85d
Internal identifier : 24/69361
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest in accordance with parts I and III of the regulations.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 45262640 Environmental improvement works
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 90713000 Environmental issues consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 2 000 000 Norwegian krone

2.1.4 General information

Additional information : If there are discrepancies between the information given in the competition documents and information that is in KGV/Doffin/TED, information in the tender documentation that applies will be available.
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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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 : Does 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, approved procedures for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) paragraph, a-f? Has the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf.f. the procurement regulations § 24-2, (3) letter in?
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 : An agreement for an evaluation of a regional environment programme.
Description : The Norwegian Agriculture Agency, in consultation with the Norwegian Environment Agency and the Directorate of Cultural Heritage, has been given the contracting parties for the Agricultural Agreement 2024 to announce an external evaluation of the Regional Environment Programme.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 45262640 Environmental improvement works
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 90713000 Environmental issues consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 24/10/2024
Duration end date : 15/12/2025

5.1.5 Value

Estimated value excluding VAT : 2 000 000 Norwegian krone

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
Additional information : If there are discrepancies between the information given in the competition documents and information that is in KGV/Doffin/TED, information in the tender documentation that applies will be available.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's financial and economic capacity
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax and VAT.
Description : Tenderers shall have their tax and VAT payments in order. Documentation requirement: • The tax certificate must not be older than six months calculated from the deadline for submitting a request for participation in the competition or a tender. • Any arrears must be explained/justified.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration, authorisations, etc.
Description : Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements regarding technical and professional qualifications.
Description : Tenderers must have sufficient ability and experience to complete the delivery. Documentation requirement: • Complete Annex 1 to the contract point 2.1: Description of the tenderer's up to three most relevant assignments in the last three years. The description must include: Statement of the nature of the assignment Date/period and the assignment ́s value Recipient/gender neutral preferred (name, telephone number and e-mail address). Relevant assignments means assignments of a similar character and with similar competence needs. It is the tenderer ́s responsibility to document relevance through the description. The contracting authority reserves the right to contact the stated references. The description per assignment shall not exceed 1 page in A4 format.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Norwegian language in the tender offer
Description : The tender shall be in Norwegian. The assignment shall result in a report in Norwegian. Documentation requirement: • Complete Annex 1 to the contract point 2.2: Tenderers confirm fulfilment of the requirement.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price 10%
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Competence of offered personnel
Description : Competence of the offered personnel 45%
Weight (percentage, exact) : 45
Criterion :
Type : Quality
Name : Understanding of assignments
Description : Understanding of the assignment 45%
Weight (percentage, exact) : 45
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

Deadline for requesting additional information : 23/09/2024 14:00 +00:00

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 : Not allowed
Variants : Not allowed
Deadline for receipt of tenders : 01/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/10/2024 10:05 +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 : 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
Electronic auction : no

5.1.16 Further information, mediation and review

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

8. Organisations

8.1 ORG-0001

Official name : Landbruksdirektoratet
Registration number : 981544315
Postal address : Stortingsgata 28
Town : OSLO
Postcode : 0161
Country : Norway
Contact point : Vladimir Milic
Telephone : +47 99255170
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
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslotingrett
Registration number : 926725939
Town : Oslo
Country : Norway
Telephone : +4722035200
Roles of this organisation :
Review organisation
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 : ce22fc07-501f-431e-b868-ef4329ba941d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/08/2024 07:59 +00:00
Notice dispatch date (eSender) : 29/08/2024 08:31 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00520986-2024
OJ S issue number : 169/2024
Publication date : 30/08/2024