Dynamic Purchasing Sorter

Øyer municipality shall establish a dynamic purchasing system within consultancy engineering services to cover the municipality ́s needs in the areas; The building and property transport technique, municipal engineering, environment and nature planning assignment is limited to locations in Ringebu municipality where the municipality is responsible for the assignment. The …

CPV: 71200000 Servicios de arquitectura y servicios conexos, 71300000 Servicios de ingeniería, 71400000 Servicios de planificación urbana y de arquitectura paisajística, 71500000 Servicios relacionados con la construcción, 71600000 Servicios de ensayo, análisis y consultoría técnicos, 71700000 Servicios de monitorización y control, 71800000 Servicios de consultoría en suministro de agua y en materia de desechos
Lugar de ejecución:
Dynamic Purchasing Sorter
Organismo adjudicador:
ØYER KOMMUNE
Número de premio:
2024/154

1. Buyer

1.1 Buyer

Official name : ØYER KOMMUNE
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Dynamic Purchasing Sorter
Description : Øyer municipality shall establish a dynamic purchasing system within consultancy engineering services to cover the municipality ́s needs in the areas; The building and property transport technique, municipal engineering, environment and nature planning assignment is limited to locations in Ringebu municipality where the municipality is responsible for the assignment. The call-offs/contracts in the dynamic procurement scheme shall be regulated in accordance with the followingNSStandarder:NS 8401 Contract on engineering design assignmentNS 8402 Contract on consultancy assignments paid in accordance with hours used. NS 8403 A Contract for construction management assignmentNS 8404 Contract for independent inspection assignments
Procedure identifier : e38449cb-83c7-4622-bb6a-82a4ec152f2b
Internal identifier : 2024/154
Type of procedure : Restricted
The procedure is accelerated : No
Main features of the procedure : Information on dynamic purchasing system: All applications for participation in the procurement scheme are processed continuously throughout the period prior to the procurement scheme. I.e. a tenderer at any time in the period that the scheme lasts the can dispatch application to be qualified for the purchasing system. Tenderers who submit applications and fulfil the qualification requirements are approved as suppliers and will be included in the scheme. One supplier can also opt-out of the scheme at any time. Only when a concrete service is to be procured will the tenderers who are approved in the scheme be asked. All tenderers who are qualified in the scheme at the time the competition is published will be invited to submit a tender. The competitions that are published on the scheme will have their own requirements, including competence requirements. The award criteria will be adapted for the performance that the contracting authority shall have carried out. The tender deadline shall be at least 10 days. The contracting authority can at any time extend or end the duration of a dynamic purchasing system. Any changes in the scheme ́s length shall be announced on Doffin.

2.1.1 Purpose

Nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71700000 Monitoring and control services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Information on dynamic purchasing system: All applications for participation in the procurement scheme are continually processed throughout the period of the procurement scheme. I.e. a tenderer at any time in the period that the scheme lasts can send an application to be qualified for the purchasing system. Tenderers who submit an application and fulfil the qualification requirements, are approved as suppliers and will be included in the scheme. A tenderer can also opt-out of the scheme at any time. Only when a concrete performance is to be procured will be requested from the suppliers who are approved in the scheme. All tenderers who are qualified in the scheme at the time of publication of the competition will be invited to submit a tender. The competitions that are published on the scheme will have separate requirements including competence requirements. The award criteria will be adapted to the performance that the contracting authority shall have performed. The tender deadline shall be at least 10 days. The contracting authority can at any time extend or end the duration of a dynamic purchasing system. Any changes in the scheme ́s length shall be announced on Doffin.

2.1.3 Value

Estimated value excluding VAT : 5 000 000 NOK

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot : LOT-0000

Title : Dynamic Purchasing Sorter
Description : Øyer municipality shall establish a dynamic purchasing system within consultancy engineering services to cover the municipality ́s needs in the areas; The building and property transport technique, municipal engineering, environment and nature planning assignment is limited to locations in Ringebu municipality where the municipality is responsible for the assignment. The call-offs/contracts in the dynamic procurement scheme shall be regulated in accordance with the followingNSStandarder:NS 8401 Contract on engineering design assignmentNS 8402 Contract on consultancy assignments paid in accordance with hours used. NS 8403 A Contract for construction management assignmentNS 8404 Contract for independent inspection assignments
Internal identifier : 2024/154

5.1.1 Purpose

Nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71700000 Monitoring and control services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Information on dynamic purchasing system: All applications for participation in the procurement scheme are continually processed throughout the period of the procurement scheme. I.e. a tenderer at any time in the period that the scheme lasts can send an application to be qualified for the purchasing system. Tenderers who submit an application and fulfil the qualification requirements, are approved as suppliers and will be included in the scheme. A tenderer can also opt-out of the scheme at any time. Only when a concrete performance is to be procured will be requested from the suppliers who are approved in the scheme. All tenderers who are qualified in the scheme at the time of publication of the competition will be invited to submit a tender. The competitions that are published on the scheme will have separate requirements including competence requirements. The award criteria will be adapted to the performance that the contracting authority shall have performed. The tender deadline shall be at least 10 days. The contracting authority can at any time extend or end the duration of a dynamic purchasing system. Any changes in the scheme ́s length shall be announced on Doffin.

5.1.3 Estimated duration

Start date : 2024-02-26Z
End date : 2028-02-25Z

5.1.5 Value

Estimated value excluding VAT : 5 000 000 NOK

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) for the required key figures are as follows: The minimum requirement for qualification requirements.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following: Minimum requirement for qualification requirements.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) by the leading employees: Minimum requirement for qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : NOR
Address of the procurement documents : https://permalink.mercell.com/221116531.aspx ,

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
Deadline for receipt of requests to participate : 2028-02-25Z 11:00:00Z
Terms of contract :
Electronic invoicing : Required
Electronic payment will be used

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system
Dynamic purchasing system, only usable by buyers listed in this notice
Electronic auction :

5.1.16 Further information, mediation and review

Mediation organisation : Vestre Innlandet Tingrett
Review organisation : Vestre Innlandet Tingrett
Organisation providing more information on the review procedures : Vestre Innlandet Tingrett
Organisation receiving requests to participate : ØYER KOMMUNE
Organisation processing tenders : ØYER KOMMUNE

8. Organisations

8.1 ORG-0001

Official name : ØYER KOMMUNE
Registration number : 961381185
Postal address : Kongsvegen 325
Town : ØYER
Postcode : 2636
Country : Norway
Contact point : 961 381 185
Telephone : 61268100
Internet address : http://www.oyer.kommune.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Vestre Innlandet Tingrett
Registration number : 926 723 758
Department : Lillehammer
Postal address : Jul Pettersens gate 2
Town : LILLEHAMMER
Postcode : 2615
Country : Norway
Telephone : 61 02 02 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : e81f99c4-ce1a-49cb-9790-71479e359415 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 2024-01-22Z 12:20:22Z
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00045290-2024
OJ S issue number : 16/2024
Publication date : 2024-01-23Z