Framework agreement - Temporary staffing services.

The contracting authority shall enter into a framework agreement with up to two tenderers for temporary staff services - staffing cleaning. The procurement shall ensure that the Contracting Authority has access to temporary staff services for the hire of cleaners for municipal buildings when the need is not met in-house. …

CPV: 79620000 Servicios de suministro de personal, incluido personal temporal, 79000000 Servicios a empresas: legislación, mercadotecnia, asesoría, selección de personal, imprenta y seguridad, 90911000 Servicios de limpieza de viviendas, edificios y ventanas, 90911100 Servicios de limpieza de viviendas, 90911200 Servicios de limpieza de edificios, 90919000 Servicios de limpieza de oficinas, escuelas y equipo de oficina, 90919200 Servicios de limpieza de oficinas, 90919300 Servicios de limpieza de escuelas
Plazo:
30 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement - Temporary staffing services.
Organismo adjudicador:
OFA IKS
Número de premio:
2025/02

1. Buyer

1.1 Buyer

Official name : OFA IKS
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 - Temporary staffing services.
Description : The contracting authority shall enter into a framework agreement with up to two tenderers for temporary staff services - staffing cleaning. The procurement shall ensure that the Contracting Authority has access to temporary staff services for the hire of cleaners for municipal buildings when the need is not met in-house. The hire of personnel shall cover the Contracting Authority's need for personnel in connection with short and long term absences. The need will be to procure temporary staff for sickness, leave and holidays. The assignments will vary. Birkenes municipality currently has its own cleaners who take care of the daily cleaning service.
Procedure identifier : 0f77cbd1-31a1-4728-a26d-e2aeb4b41428
Internal identifier : 2025/02
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79620000 Supply services of personnel including temporary staff
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 90911100 Accommodation cleaning services
Additional classification ( cpv ): 90911200 Building-cleaning services
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services
Additional classification ( cpv ): 90919200 Office cleaning services
Additional classification ( cpv ): 90919300 School cleaning services

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone
Maximum value of the framework agreement : 12 000 000 Norwegian krone

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 in the notification of the information required to check that there is no basis for rejection, or that the qualification requirements are fulfilled, b) failed to provide such information, c) subject to immediately submit the supporting documents requested by the Contracting Authority, or d) unjustly affected the contracting authority's decision making to acquire confidential information that could give this an unlawful advantage in connection with the competition, or negligently has given misleading information that could have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : Approved procedures for staffing conditions 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? Serious errors that cause doubt about his professional integrity 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 : Framework agreement - Temporary staffing services.
Description : The contracting authority shall enter into a framework agreement with up to two tenderers for temporary staff services - staffing cleaning. The procurement shall ensure that the Contracting Authority has access to temporary staff services for the hire of cleaners for municipal buildings when the need is not met in-house. The hire of personnel shall cover the Contracting Authority's need for personnel in connection with short and long term absences. The need will be to procure temporary staff for sickness, leave and holidays. The assignments will vary. Birkenes municipality currently has its own cleaners who take care of the daily cleaning service.
Internal identifier : 2025/02

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79620000 Supply services of personnel including temporary staff
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 90911100 Accommodation cleaning services
Additional classification ( cpv ): 90911200 Building-cleaning services
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services
Additional classification ( cpv ): 90919200 Office cleaning services
Additional classification ( cpv ): 90919300 School cleaning services

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Option for the contracting authority for one + one year.

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone
Maximum value of the framework agreement : 12 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Requirement for economic and financial capacity.
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, services, risk and duration. Documentation requirement: Confirmed in the ESPD form. Documented on request. A credit rating from a certified credit rating company based on the most recent financial figures. The key figures in the accounts must be presented together with an assessment of the tenderer's payment experience.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer's registrations, authorisations, etc.
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Confirmed in the ESPD form. Documented on request. • Norwegian companies: Company Registration Certificate, not older than six months. • 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 : Suitability to pursue the professional activity
Name : The tenderer's registrations, authorisations, etc.
Description : Tenderers shall be certified in the Norwegian Labour Inspection Authority ́s cleaning register. Tenderers shall also be in the Norwegian Labour Inspection Authority ́s register of certified staffing companies. Tenderers who are not yet certified shall have an application being processed. If the tenderer is not approved by the Norwegian Labour Inspection Authority, or loses approval during the contract period, the contract will be terminated with immediate effect. Documentation requirement: Confirmed in the ESPD form. Documented on request. Copy of the certificate issued by the Norwegian Labour Inspection Authority. Tenderers who are not yet certified can submit a copy of the application/confirmation of the application.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience from similar assignments - reference projects
Description : Tenderers shall have good experience with the execution of comparable assignments that this contract shall cover. Documentation requirement: Confirmed in the ESPD form. Documented on request. A list with an overview and description of the tenderers' most relevant assignments in the last 3 years. The list shall as a minimum contain • the name of the customer/contracting authority • Brief description of the delivery • date of the delivery. • contract value and extent • a gender neutral preferred for each delivery, as well as a telephone number and email address. Tenderers can use the attached template, cf. Annex 5 Reference Form. The contracting authority reserves the right to contact the stated references in order to verify the extent and quality. It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Delivery capacity and implementation ability
Description : The tenderer shall have sufficient capacity to be able to fulfil the contract. As a minimum requirement the tenderer shall have at least five available temporary staff for this contract, of which at least one temporary staff will be in each of the following job categories: • Cleaning manager (more than three years experience from cleaning management) • Skilled workers (certificate of apprenticeship, cleaning operator) •Assistant Documentation requirement: Overview of the tenderer ́s total number of temporary staff available for this contract. The overview shall show the number of temporary staff within the requested job categories. Annex 6 can be used.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance
Description : Tenderers shall have procedures for quality assurance. Documentation requirement: Confirmed in the ESPD form. Documented on request. Tenderers shall give a description of the company's routines regarding quality management, with emphasis on quality assurance, resource management, manager's responsibility and continuous analysis and improvement. If a tenderer holds a certificate in accordance with ISO 9001 or equivalent standards, it is sufficient to enclose this
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management
Description : Tenderers shall have a good environmental management system. Documentation requirement: Confirmed in the ESPD form. Documented on request. Description of environmental management measures that are implemented in the entity. If the tenderer is certified in accordance with ISO 14001, Miljøfyrtårn or equivalent standards, it will be sufficient to enclose this
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Completed mark-up percentage, cf. Annex 3 Price Annex
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Quality
Description : • Assignment comprehension (maximum three A4 pages) The assignment comprehension ought to describe: o Description of the delivery and organisation. o Securing high quality o Routines for handling deviations The assignment comprehension will be assessed on how well the tenderer shows insight of the assignment, concretises the delivery, and describes realistic and efficient measures for quality assurance and handling deviations.
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Environment
Description : Tenderers shall respond to the following in part II Annex 1: • Binding date for the use of work vehicles with zero emission technology, cf. Annex 1 Requirement 1.24.
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 : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 30/04/2025 10:00 +00:00
Information about public opening :
Opening date : 30/04/2025 10:00 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett
Organisation providing offline access to the procurement documents : Odin Prosjekt AS

8. Organisations

8.1 ORG-0001

Official name : OFA IKS
Registration number : 964965870
Postal address : Postboks 115
Town : Birkenes
Postcode : 4795
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 37 28 15 00
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Odin Prosjekt AS
Registration number : 994950967
Postal address : Fabrikkgaten 6
Town : Bergen
Postcode : 5059
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Thomas Hannisdal
Telephone : +47 46968360
Internet address : https://odinprosjekt.no/
Roles of this organisation :
Organisation providing offline access to the procurement documents

8.1 ORG-0003

Official name : Agder Tingrett
Registration number : 926723480
Town : Kristiansand
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : agder
Telephone : 38176300
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : c1113e7a-3daf-4aa8-b7a8-1a6427ecf4c5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/03/2025 14:44 +00:00
Notice dispatch date (eSender) : 21/03/2025 15:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00192253-2025
OJ S issue number : 59/2025
Publication date : 25/03/2025