Framework agreement, heat pumps and cooling.

The aim of the framework agreement is to cover the contracting authority ́s ongoing need for trade services within heat pumps and cooling, as well as give the contracting authority access to a professionally good and financially sensible service. The contracting authority needs to enter into framework agreements for trade …

CPV: 42511110 Bombas de calor, 42530000 Partes de equipos refrigeradores y congeladores, y de bombas de calor, 42533000 Partes de bombas de calor, 45213210 Instalaciones de depósitos frigoríficos, 45331230 Trabajos de instalación de equipos de refrigeración, 45331231 Trabajos de instalación de equipos técnicos de refrigeración, 50000000 Servicios de reparación y mantenimiento, 50730000 Servicios de reparación y mantenimiento de grupos refrigeradores
Plazo:
25 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement, heat pumps and cooling.
Organismo adjudicador:
Birkenes kommune
Número de premio:
I/A

1. Buyer

1.1 Buyer

Official name : Birkenes kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

1.1 Buyer

Official name : Lillesand kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement, heat pumps and cooling.
Description : The aim of the framework agreement is to cover the contracting authority ́s ongoing need for trade services within heat pumps and cooling, as well as give the contracting authority access to a professionally good and financially sensible service. The contracting authority needs to enter into framework agreements for trade services for the disciplines refrigerating and heat pumps. Each municipality shall enter into one framework agreement with one sub-contract for each discipline. The tender documentation is common for all four sub-contracts, but each sub-contract will be awarded separately. The contract will mainly include repairs and maintenance. There can, however, be that the framework agreement will be used on minor investment objects, such as alterations and new buildings. The sub-contract for heat pumps shall also include annual inspections of the municipalities' heat pumps. Materials needed for the different operations will also be included in the work. Although the procurement comprises some material, emphasis is put on the fact that this contract does not give any exclusiveness on the delivery of such material, and that the Contracting Authority is not otherwise obliged to procure materials from the service provider. The contracting authority is, thus, free to purchase materials from other framework agreements and still use the contract supplier for work that shall be carried out without mark-up in the agreed prices for work. The contract also includes minor adjoining works and works that come naturally under the discipline.
Procedure identifier : 298debd2-ad50-4b96-ac7f-ffcb1d11c7c6
Internal identifier : I/A
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 ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 42511110 Heat pumps
Additional classification ( cpv ): 42530000 Parts of refrigerating and freezing equipment and heat pumps
Additional classification ( cpv ): 42533000 Parts of heat pumps
Additional classification ( cpv ): 45213210 Cold-storage installations
Additional classification ( cpv ): 45331230 Installation work of cooling equipment
Additional classification ( cpv ): 45331231 Installation work of refrigeration equipment
Additional classification ( cpv ): 50000000 Repair and maintenance services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 18 900 000 Norwegian krone
Maximum value of the framework agreement : 18 900 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 4

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?
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-0001

Title : Birkenes heat pump
Description : The aim of the framework agreement is to cover the contracting authority ́s ongoing need for trade services within heat pumps and cooling, as well as give the contracting authority access to a professionally good and financially sensible service. The contracting authority needs to enter into framework agreements for trade services for the disciplines refrigerating and heat pumps. Each municipality shall enter into one framework agreement with one sub-contract for each discipline. The tender documentation is common for all four sub-contracts, but each sub-contract will be awarded separately. The contract will mainly include repairs and maintenance. There can, however, be that the framework agreement will be used on minor investment objects, such as alterations and new buildings. The sub-contract for heat pumps shall also include annual inspections of the municipalities' heat pumps. Materials needed for the different operations will also be included in the work. Although the procurement comprises some material, emphasis is put on the fact that this contract does not give any exclusiveness on the delivery of such material, and that the Contracting Authority is not otherwise obliged to procure materials from the service provider. The contracting authority is, thus, free to purchase materials from other framework agreements and still use the contract supplier for work that shall be carried out without mark-up in the agreed prices for work. The contract also includes minor adjoining works and works that come naturally under the discipline.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 42511110 Heat pumps
Additional classification ( cpv ): 42530000 Parts of refrigerating and freezing equipment and heat pumps
Additional classification ( cpv ): 42533000 Parts of heat pumps
Additional classification ( cpv ): 45213210 Cold-storage installations
Additional classification ( cpv ): 45331230 Installation work of cooling equipment
Additional classification ( cpv ): 45331231 Installation work of refrigeration equipment
Additional classification ( cpv ): 50000000 Repair and maintenance services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 18 900 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Assignment comprehension
Description :
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Environment
Description :
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

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
Deadline for receipt of tenders : 25/09/2024 10:00 +00:00
Information about public opening :
Opening date : 25/09/2024 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 : no

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 : Agder Tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Agder Tingrett
Organisation providing additional information about the procurement procedure : Birkenes kommune
Organisation providing offline access to the procurement documents : Birkenes kommune

5.1 Lot technical ID : LOT-0002

Title : Birkenes cooling
Description : The aim of the framework agreement is to cover the contracting authority ́s ongoing need for trade services within heat pumps and cooling, as well as give the contracting authority access to a professionally good and financially sensible service. The contracting authority needs to enter into framework agreements for trade services for the disciplines refrigerating and heat pumps. Each municipality shall enter into one framework agreement with one sub-contract for each discipline. The tender documentation is common for all four sub-contracts, but each sub-contract will be awarded separately. The contract will mainly include repairs and maintenance. There can, however, be that the framework agreement will be used on minor investment objects, such as alterations and new buildings. The sub-contract for heat pumps shall also include annual inspections of the municipalities' heat pumps. Materials needed for the different operations will also be included in the work. Although the procurement comprises some material, emphasis is put on the fact that this contract does not give any exclusiveness on the delivery of such material, and that the Contracting Authority is not otherwise obliged to procure materials from the service provider. The contracting authority is, thus, free to purchase materials from other framework agreements and still use the contract supplier for work that shall be carried out without mark-up in the agreed prices for work. The contract also includes minor adjoining works and works that come naturally under the discipline.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 42511110 Heat pumps
Additional classification ( cpv ): 42530000 Parts of refrigerating and freezing equipment and heat pumps
Additional classification ( cpv ): 42533000 Parts of heat pumps
Additional classification ( cpv ): 45213210 Cold-storage installations
Additional classification ( cpv ): 45331230 Installation work of cooling equipment
Additional classification ( cpv ): 45331231 Installation work of refrigeration equipment
Additional classification ( cpv ): 50000000 Repair and maintenance services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 18 900 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Assignment comprehension
Description :
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Environment
Description :
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

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 : Required
Deadline for receipt of tenders : 25/09/2024 10:00 +00:00
Information about public opening :
Opening date : 25/09/2024 16:55 +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 : no

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 : Agder Tingrett

5.1 Lot technical ID : LOT-0003

Title : Lillesand heat pump
Description : The aim of the framework agreement is to cover the contracting authority ́s ongoing need for trade services within heat pumps and cooling, as well as give the contracting authority access to a professionally good and financially sensible service. The contracting authority needs to enter into framework agreements for trade services for the disciplines refrigerating and heat pumps. Each municipality shall enter into one framework agreement with one sub-contract for each discipline. The tender documentation is common for all four sub-contracts, but each sub-contract will be awarded separately. The contract will mainly include repairs and maintenance. There can, however, be that the framework agreement will be used on minor investment objects, such as alterations and new buildings. The sub-contract for heat pumps shall also include annual inspections of the municipalities' heat pumps. Materials needed for the different operations will also be included in the work. Although the procurement comprises some material, emphasis is put on the fact that this contract does not give any exclusiveness on the delivery of such material, and that the Contracting Authority is not otherwise obliged to procure materials from the service provider. The contracting authority is, thus, free to purchase materials from other framework agreements and still use the contract supplier for work that shall be carried out without mark-up in the agreed prices for work. The contract also includes minor adjoining works and works that come naturally under the discipline.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 42511110 Heat pumps
Additional classification ( cpv ): 42530000 Parts of refrigerating and freezing equipment and heat pumps
Additional classification ( cpv ): 42533000 Parts of heat pumps
Additional classification ( cpv ): 45213210 Cold-storage installations
Additional classification ( cpv ): 45331230 Installation work of cooling equipment
Additional classification ( cpv ): 45331231 Installation work of refrigeration equipment
Additional classification ( cpv ): 50000000 Repair and maintenance services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 18 900 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Assignment comprehension
Description :
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Environment
Description :
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

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 : Required
Deadline for receipt of tenders : 25/09/2024 10:00 +00:00
Information about public opening :
Opening date : 25/09/2024 16:05 +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 :
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 : Agder Tingrett

5.1 Lot technical ID : LOT-0004

Title : Lillesand cooling
Description : The aim of the framework agreement is to cover the contracting authority ́s ongoing need for trade services within heat pumps and cooling, as well as give the contracting authority access to a professionally good and financially sensible service. The contracting authority needs to enter into framework agreements for trade services for the disciplines refrigerating and heat pumps. Each municipality shall enter into one framework agreement with one sub-contract for each discipline. The tender documentation is common for all four sub-contracts, but each sub-contract will be awarded separately. The contract will mainly include repairs and maintenance. There can, however, be that the framework agreement will be used on minor investment objects, such as alterations and new buildings. The sub-contract for heat pumps shall also include annual inspections of the municipalities' heat pumps. Materials needed for the different operations will also be included in the work. Although the procurement comprises some material, emphasis is put on the fact that this contract does not give any exclusiveness on the delivery of such material, and that the Contracting Authority is not otherwise obliged to procure materials from the service provider. The contracting authority is, thus, free to purchase materials from other framework agreements and still use the contract supplier for work that shall be carried out without mark-up in the agreed prices for work. The contract also includes minor adjoining works and works that come naturally under the discipline.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 42511110 Heat pumps
Additional classification ( cpv ): 42530000 Parts of refrigerating and freezing equipment and heat pumps
Additional classification ( cpv ): 42533000 Parts of heat pumps
Additional classification ( cpv ): 45213210 Cold-storage installations
Additional classification ( cpv ): 45331230 Installation work of cooling equipment
Additional classification ( cpv ): 45331231 Installation work of refrigeration equipment
Additional classification ( cpv ): 50000000 Repair and maintenance services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 18 900 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Assignment comprehension
Description :
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Climate and environment
Description :
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

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 : Required
Deadline for receipt of tenders : 25/09/2024 10:00 +00:00
Information about public opening :
Opening date : 25/09/2024 19:00 +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 : no

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 : Agder Tingrett

8. Organisations

8.1 ORG-0001

Official name : Birkenes kommune
Registration number : 964965870
Postal address : Postboks 115
Town : Birkeland
Postcode : 4795
Country : Norway
Contact point : Jonas Leyre Amstrup
Telephone : +47 97512929
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Lillesand kommune
Registration number : 964 965 404
Town : Lillesand
Postcode : 4791
Country : Norway
Contact point : Lillesand kommune
Telephone : 37261500
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Agder Tingrett
Registration number : 926 723 480
Postal address : Tollbodgata 45
Town : Kristiansand
Postcode : 4614
Country : Norway
Contact point : Lillesand kommune
Telephone : 38176300
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

11. Notice information

11.1 Notice information

Notice identifier/version : dac7cf8e-0b46-43c6-b8f3-d1e452f09308 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/08/2024 10:47 +00:00
Notice dispatch date (eSender) : 20/08/2024 11:01 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00501382-2024
OJ S issue number : 162/2024
Publication date : 21/08/2024