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 - 150700-2022

22/03/2022    S57

Norway-Mo i Rana: Accommodation, building and window cleaning services

2022/S 057-150700

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: ARBEIDS- OG VELFERDSETATEN
National registration number: 889640782
Postal address: Postboks 354
Town: Mo i Rana
NUTS code: NO Norge
Postal code: 8601
Country: Norway
Contact person: Henrik Lerche
E-mail: henrik.lerche@nav.no
Telephone: +47 90692678
Internet address(es):
Main address: https://permalink.mercell.com/172169142.aspx
Address of the buyer profile: http://www.nav.no/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/172169142.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/172169142.aspx
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

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

Prequalificaiton - framework agreement for facility services

Reference number: 21/14257
II.1.2)Main CPV code
90911000 Accommodation, building and window cleaning services
II.1.3)Type of contract
Services
II.1.4)Short description:

The aim of this procurement is to enter into framework agreements in three geographical sub-areas for the delivery of all of NAV's need for facility services for buildings that the Labour and Welfare Department rent. Each tenderer can be awarded up to two geographically limited framework agreements. The tenderer will be able to use sub-suppliers in order to be able to offer and deliver all requested services.

The value of the procurement for the three sub-contracts over maximum 4+1+1 year is estimated to be NOK 120 million in total a year, excluding VAT.

The expected contract start-up date is 1 September 2022.

Click here https://permalink.mercell.com/172169142.aspx.

II.1.5)Estimated total value
Value excluding VAT: 720 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 3
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

See Part I Conditions, point 4.1 Award Criteria.

II.2)Description
II.2.1)Title:

Facility services east.

Lot No: 1
II.2.2)Additional CPV code(s)
03121100 Live plants, bulbs, roots, cuttings and slips
39225720 Jars
42961100 Access control system
55510000 Canteen services
55512000 Canteen management services
60000000 Transport services (excl. Waste transport)
64100000 Post and courier services
79417000 Safety consultancy services
79713000 Guard services
79993000 Building and facilities management services
80550000 Safety training services
90500000 Refuse and waste related services
90510000 Refuse disposal and treatment
90911000 Accommodation, building and window cleaning services
98392000 Relocation services
79710000 Security services
II.2.3)Place of performance
NUTS code: NO02 Innlandet
NUTS code: NO08 Oslo og Viken
NUTS code: NO091 Vestfold og Telemark
II.2.4)Description of the procurement:

The framework agreement will be for the procurement of facility services over 4 years, with an option for an extension for 1+1 year.

Estimated contract value:

- Region East NOK 77 million a year.

The expected contract start-up date is 1 September 2022.

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: 462 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

Option for one year + one year

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:

Qualification requirements

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

Hourly based services.

Energy and building

Visitor registration and queue system.

Pest control

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
II.2)Description
II.2.1)Title:

Facility services south/west

Lot No: 2
II.2.2)Additional CPV code(s)
03121100 Live plants, bulbs, roots, cuttings and slips
39225720 Jars
42961100 Access control system
55510000 Canteen services
55512000 Canteen management services
60000000 Transport services (excl. Waste transport)
64100000 Post and courier services
79417000 Safety consultancy services
79710000 Security services
79713000 Guard services
79993000 Building and facilities management services
80550000 Safety training services
90500000 Refuse and waste related services
90510000 Refuse disposal and treatment
90911000 Accommodation, building and window cleaning services
98392000 Relocation services
II.2.3)Place of performance
NUTS code: NO092 Agder
NUTS code: NO0A3 Møre og Romsdal
NUTS code: NO0A1 Rogaland
NUTS code: NO0A2 Vestland
II.2.4)Description of the procurement:

The framework agreement includes a selection of service areas within property management that will contribute to supporting NAV's core activities. The following services will be covered by the framework agreement:

Core services:

Cleaning

Waste.

Safety

Post

Canteen operation and related services

Relocation and removal services

Leasing, purchase and service - indoor plants

Option:

Hourly based services.

Energy and building

Visitor registration and queue system.

Pest control

Each tenderer can be awarded up to two geographically limited framework agreements (sub-contracts). The tenderer will be able to use sub-suppliers in order to be able to offer and deliver all requested services.

The framework agreement will be for the procurement of facility services over 4 years, with an option for an extension for 1+1 year.

Estimated contract value:

- Region south/west NOK 22 million a year.

The expected contract start-up date is 1 September 2022.

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: 132 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

Option for one year + one year

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:

Qualification requirements

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

- Hourly based services.

- Energy and building

- Visitor registration and queue system

- Pest control

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
II.2)Description
II.2.1)Title:

Facility services north

Lot No: 3
II.2.2)Additional CPV code(s)
03121100 Live plants, bulbs, roots, cuttings and slips
39225720 Jars
42961100 Access control system
55510000 Canteen services
55512000 Canteen management services
60000000 Transport services (excl. Waste transport)
64100000 Post and courier services
79417000 Safety consultancy services
79710000 Security services
79713000 Guard services
79993000 Building and facilities management services
80550000 Safety training services
90500000 Refuse and waste related services
90510000 Refuse disposal and treatment
90911000 Accommodation, building and window cleaning services
98392000 Relocation services
II.2.3)Place of performance
NUTS code: NO071 Nordland
NUTS code: NO074 Troms og Finnmark
NUTS code: NO060 Trøndelag
II.2.4)Description of the procurement:

The framework agreement includes a selection of service areas within property management that will contribute to supporting NAV's core activities. The following services will be covered by the framework agreement:

Core services:

Cleaning

Waste.

Safety

Post

Canteen operation and related services

Relocation and removal services

Leasing, purchase and service - indoor plants

Option:

Hourly based services.

Energy and building

Visitor registration and queue system.

Pest control

Each tenderer can be awarded up to two geographically limited framework agreements (sub-contracts). The tenderer will be able to use sub-suppliers in order to be able to offer and deliver all requested services.

The framework agreement will be for the procurement of facility services over 4 years, with an option for an extension for 1+1 year.

Estimated contract value:

- Region north NOK 21 million a year.

The expected contract start-up date is 1 September 2022.

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: 126 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

Option for one year + one year

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:

Qualification requirements

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

- Hourly based services.

- Energy and building

- Visitor registration and queue system

- Pest control

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:

Qualification Requirements: Tenderers are required to be a legally established company. Documentation requirement: Norwegian tenderers: A company registration certificate from the Brønnøysund Register Centre will be collected through the eBevis service. Foreign Tenderers: Certificate for registration in the Register of Business Enterprises as prescribed in the legislation of the country where the tenderer is established.

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

Qualification requirement: The tenderer is required to have sufficient economic capacity to fulfil the contract. Documentation requirement: The contracting authority will obtain a credit rating carried out by Experian; see www.Experian.no If a tenderer believes that the credit rating will not provide an accurate picture, supplementary information is to be attached to the request for qualification.

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

Qualification Requirement: Relevant experience from similar deliveries is required. Documentation requirement: Description of the tenderer's primary deliveries in the last 3 years, including a description of the assignment, value, dates and recipient. The references can be interviewed in order to evaluate the quality, service degree, and user satisfaction of the services that were provided for the reference customers. Qualification requirement: Good implementation capability is required. Documentation requirement: Description of the tenderer's technical capacity and professional qualifications. Regarding capacity, a description is required of relevant units at the tenderer that will contribute to the fulfilment of the contract, and the localisation of them. With regard to qualifications, a short overview of the tenderer's general relevant expertise must be given. The personnel proposed for the assignment must not be specified, and CVs must not be submitted. Information must be provided on the tenderer’s average annual workforce and number of employees in the management in the last three years. A description must also be provided of the tools, machines, instruments, material or technical equipment that the tenderer has at its disposal for fulfilment of the contract. Qualification requirement: A good, well-functioning quality assurance system is required: Documentation requirement: A description of the tenderer's quality assurance measures/methods for quality assurance. The documentation must be built up with the same structure as ISO 9001. If a tenderer is certified in accordance with ISO 9001, a valid certificate is sufficient documentation. Qualification requirement: A good, well-functioning environmental management system is required: Documentation Requirement: A description of the tenderer´s environmental management system/methods for environmental management. The documentation must be built up with the same structure as ISO 14001. If a tenderer is certified in accordance with ISO 14001, a valid certificate is sufficient documentation.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2021/S 243-642267
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 21/04/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 25/04/2022
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: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

N/A

VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Oslo tingrett
Postal address: Postboks 2106 Vika
Town: Oslo
Postal code: 0125
Country: Norway
VI.5)Date of dispatch of this notice:
17/03/2022