We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 136573-2022

15/03/2022    S52

Norway-Sandvika: Market and economic research; polling and statistics

2022/S 052-136573

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Bærum kommune
National registration number: 935478715
Postal address: Postboks 700
Town: SANDVIKA
NUTS code: NO Norge
Postal code: 1304
Country: Norway
Contact person: Jorunn Rian
E-mail: jorunn.rian@baerum.kommune.no
Telephone: +47 48247965
Internet address(es):
Main address: https://permalink.mercell.com/174939592.aspx
Address of the buyer profile: http://www.baerum.kommune.no/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/174939592.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/174939592.aspx
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Consultancy services related to evaluations, analyses and reviews

Reference number: 2021/17394
II.1.2)Main CPV code
79300000 Market and economic research; polling and statistics
II.1.3)Type of contract
Services
II.1.4)Short description:

Under the competence area evaluations, analyses and reviews, there is a need for competence for a number of subject areas, including i.a:

- Analysing work (e.g. socio-economic analysis)

- Statistics and development

- Evaluations - for i.a projects, measures, organisation etc., examples

- Reviews

- Mapping and examinations (e.g. related to the climate, circular economy and user and population involvement)

Click here: https://permalink.mercell.com/174939592.aspx

II.1.5)Estimated total value
Value excluding VAT: 50 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79310000 Market research services
79311410 Economic impact assessment
79330000 Statistical services
79419000 Evaluation consultancy services
79313000 Performance review services
73110000 Research services
79311200 Survey conduction services
79311300 Survey analysis services
90713000 Environmental issues consultancy services
II.2.3)Place of performance
NUTS code: NO082 Viken
II.2.4)Description of the procurement:

Under the competence area evaluations, analyses and reviews, there is a need for competence for a number of subject areas, including i.a:

- Analysing work (e.g. socio-economic analysis)

- Statistics and development

- Evaluations - for i.a projects, measures, organisation etc., examples

- Reviews

- Mapping and examinations (e.g. related to the climate, circular economy and user and population involvement)

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 50 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 08/07/2022
End: 07/07/2024
This contract is subject to renewal: yes
Description of renewals:

Can be extended one or several times for up to 2 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 8
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

The tenderer must be registered in a company register or a trade register in the country where the tenderer is established.

Documentation Requirement: Norwegian companies: Company Registration Certificate

Foreign companies: Verification that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

The tenderer must be economically and financially solvent, which gives the contracting authority the security that the tenderer will be financially viable throughout the entire contract period.

Financial solvent means that the tenderer is worthy of credit (Score A or equivalent)

A tenderer with a lower rating will be rejected.

Documentation requirement: Expanded credit rating/report, not older than 3 months from a publicly certified credit rating company with score A (credit worthy) or equivalent or better score. The report must be based on the last known fiscal figures. The date must be clearly stated.

Companies without adequate credit rating, newly started companies with a credit score of AN, individual foreign companies or companies without reporting obligation to the Brønnøysund Register Centre will not always be able to document that the requirement is met. In such instances, they will be able to compensate with a satisfactory credit rating which provides an equivalent security for implementation ability. These alternative documents must be included in the tender.

If a tenderer has valid reasons for being unable to present the documentation requested by the contracting authority, the tenderer can prove the economic and financial position with any other documents that the contracting authority deems suitable.

Minimum level(s) of standards possibly required:

Credit-worthy, Score A or equivalent

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Experience. Very good experience from equivalent assignments is required.

Experience from equivalent assignments in the private and public sectors is required. C.f. point 1.3.

Documentation requirement:

The tenderer's 5 most important deliveries in the previous 3 years, including:

- Name of the contracting authority

- Contract length

- The contract´s extent (value and/or number of invoiced hours)

- The tenderer´s role/area of responsibility

- Name and point of contact of the reference so that the Contracting Authority can confirm references if needed.

- A short description of the assignment/project. It should be made clearly stated for the Tenderer's contribution and which disciplines (reference point 1.3.) that applied during this assignment.

It is the tenderer´s responsibility to present documentation showing relevance in the description.

The template in Annex 3 - Experience form must be submitted.

Quality assurance system: A good and well-functioning quality assurance system is required for the services that will be provided.

The concept of a quality management system is that i.a, the tenderer is aware of quality objectives, planning, security, handling of deviations, quality improvement and data security.

Documentation Requirement: Statement of the tenderer's quality assurance system or copy of a certificate for the quality control system in accordance with ISO 9001:2015 or an equivalent certificate.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 25/04/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 09/05/2022
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Ringerike, Asker og Bærum tingrett
Town: Sandvika
Country: Norway
VI.5)Date of dispatch of this notice:
10/03/2022