TX: 26/09/2019 S186 - - Fournitures - Système d'acquisition dynamique - Procédure restreinte Norvège-Sandvika: Véhicules pour services d'assistance sociale 2019/S 186-453281 Avis de marché Fournitures |
|
|
Section I: Pouvoir adjudicateur |
|
I.1) | Nom et adresses Bærum kommune 935478715 Postboks 700 Sandvika 1304 Norvège Point(s) de contact: Yngvar Wettergreen Téléphone: +47 90724324 Courriel: yngvar.wettergreen@baerum.kommune.no Code NUTS: NO Adresse(s) internet: Adresse principale: https://permalink.mercell.com/113827223.aspx Adresse du profil d'acheteur: http://www.baerum.kommune.no/ https://permalink.mercell.com/113827223.aspx http://www.baerum.kommune.no/ |
I.2) | Informations sur la passation conjointe de marchés |
I.3) | Communication Les documents du marché sont disponibles gratuitement en accès direct non restreint et complet, à l'adresse: https://permalink.mercell.com/113827223.aspx Adresse à laquelle des informations complémentaires peuvent être obtenues le ou les point(s) de contact susmentionné(s) Les offres ou les demandes de participation doivent être envoyées par voie électronique via: https://permalink.mercell.com/113827223.aspx |
I.4) | Type de pouvoir adjudicateur Autorité régionale ou locale |
I.5) | Activité principale Services généraux des administrations publiques |
|
|
Section II: Objet |
|
II.1) | Étendue du marché |
II.1.1) | Intitulé: Dynamic Purchasing System (DPS) Numéro de référence: 2019/10517 |
II.1.2) | Code CPV principal 34114300 |
II.1.3) | Type de marché Fournitures |
II.1.4) | Description succincte: The contracting authority needs, in the next few years, future-oriented cars below 7,5 tonnes. The contracting authority requests a contract that covers the need for cars and for ensuring regional and local guidelines for reducing the climate and environmental impact. Clicke here: https://permalink.mercell.com/113827223.aspx https://permalink.mercell.com/113827223.aspx |
II.1.5) | Valeur totale estimée Valeur hors TVA: 22 500 000.00 NOK |
II.1.6) | Information sur les lots Ce marché est divisé en lots: non |
II.2) | Description |
II.2.1) | Intitulé: |
II.2.2) | Code(s) CPV additionnel(s) 34110000 |
II.2.3) | Lieu d'exécution Code NUTS: NO012 Lieu principal d'exécution: Sandvika. |
II.2.4) | Description des prestations: To meet the future needs in a satisfactory manner, the contracting authority shall enter into a dynamic purchasing system which shall safeguard the tender contest for cars below 7,5 tonnes. The purchasing system includes purchase of cars for i.a. the home care service, properties, schools, institutions and nurseries. Based on the last 3 years' consumption, the total annual value is estimated to approx. 5 000 000 - 7 000 000 NOK, excluding VAT. The annual procurement will depend on financial framework terms, political decisions and the market situation in general. A more detailed description can be found in the attached documents. |
II.2.5) | Critères d'attribution Le prix n'est pas le seul critère d'attribution et tous les critères sont énoncés uniquement dans les documents du marché |
II.2.6) | Valeur estimée Valeur hors TVA: 22 500 000.00 NOK |
II.2.7) | Durée du marché, de l'accord-cadre ou du système d'acquisition dynamique Début: 21/10/2019 Fin: 30/12/2022 Ce marché peut faire l'objet d'une reconduction: oui Description des modalités ou du calendrier des reconductions: The dynamic purchasing system is valid until 31.12.2022. Note that the contracting authority is free to extend or terminate the system at any time before the stated date with minimum 6 months notice. |
II.2.9) | Informations sur les limites concernant le nombre de candidats invités à participer |
II.2.10) | Variantes Des variantes seront prises en considération: non |
II.2.11) | Information sur les options Options: oui Description des options: Note that the contracting authority is free to extend or terminate the system at any time before the stated date with minimum 6 months notice. |
II.2.12) | Informations sur les catalogues électroniques |
II.2.13) | Information sur les fonds de l'Union européenne Le contrat s'inscrit dans un projet/programme financé par des fonds de l'Union européenne: non |
II.2.14) | Informations complémentaires |
|
|
Section III: Renseignements d'ordre juridique, économique, financier et technique |
|
III.1) | |
|
|
Conditions de participation |
|
III.1.1) | Habilitation à exercer l'activité professionnelle, y compris exigences relatives à l'inscription au registre du commerce ou de la profession Liste et description succincte des conditions: The tenderer must be a legally established company. Norwegian tenderers: 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 tenderer is established. |
III.1.2) | Capacité économique et financière Liste et description succincte des critères de sélection: The tenderer's tax and VAT payments must be in order. The tenderer is required to be financially solvent, which gives the contracting authority the security that the tenderer will be financially viable throughout the period of the agreement. The credit worthiness that will form the basis for qualification for participation in the dynamic purchasing system for cars is risk class 5 (credit worthy) equivalent to score A - credit worthy. Tenderers with a lower score are rejected. Niveau(x) spécifique(s) minimal/minimaux exigé(s): Tax and VAT certificates A certificate for tax and VAT issued by either the local tax office or the tax collection office where the tenderer's head office is located. The certificate can be obtained from Altinn.no. The certificates must not be older than 6 months, from the tender deadline. Foreign tenderers must provide certificates from equivalent authorities to the Norwegian authorities. Credit rating The credit rating must not be more than 6 months old and based on the last known accounting figures. A credit rating must be carried out by a publicly approved credit rating agency which confirms that the tenderer has the necessary economic and financial ability/qualification based on a total assessment. The tenderers themselves must collect the documentation from the credit rating agency(ies). The documentation must be attached the application for participation in DPS. 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. Such alternative documentation must be included as part of the application. When suppliers are included in a retailer/brand chain as a part of a group, and have a lower score equivalent to A, a parent company guarantee can be given instead, showing that the parties are jointly and severally liable for the execution of the contract. If a parent company guarantee is provided, the parent company will be rated in an equivalent way so the requirement for score A or equivalent thus applies to the parent company. The contracting authority may request a statement from the parent company/group if this illustrates the applicant's financial position in case of any deviation from the requirement for creditworthiness. If the tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can prove the economic and financial position with any other document that the contracting authority deems suitable. |
III.1.3) | Capacité technique et professionnelle Liste et description succincte des critères de sélection: Good implementation abilities are required. The tenderer must have a dealer's workshop with a parts and accessories department. Good experience is required from equivalent assignments. Equivalent assignments are in this context defined as corresponding assignments and contract value. A good and well-functioning quality management system is required for the requested services. The concept of a quality management system is that i.a., the tenderer has a awareness of quality objectives, planning, securing, handling of deviations and quality improvement. Systems and procedures are required that ensure low environmental impact when performing the delivery/deliveries. The environmental management system must i.a. ensure continual improvement of: - the organisation's competence in environment and safety, - the service's impact on the climate. The tenderer must have a workshop and a parts and accessories department that ensure quick and efficient car services and replacement of wear parts. The workshop must have a public approval in accordance with the car workshops' requirement. The location of the dealer's workshop must be within a driving distance of 7 km from Olav Ingstads vei 2, 1351 Rud. Niveau(x) spécifique(s) minimal/minimaux exigé(s): A description of the tenderer's organisation with a organisation chart, technical personnel or technical units the tenderer has at disposition to fulfil the contract, regardless of whether they belong to the company or not. List of the 3 most important deliveries or services performed in the past 3 years, including information on the value, time, and the name of the public or private recipients with contact information for possible references. Account of the tenderer's quality management system, including quality targets, planning, security, handling deviations and quality improvement. If the tenderer is certified in accordance with ISO 9001:2008 or equivalent, such a certificate is valid as documentation of fulfilment of the qualification requirement. An account of the tenderer's environmental management system. If the tenderer is certified in accordance with ISO 14001 or equivalent, such a certificate is valid as documentation of fulfilment of the qualification requirement. Documentation showing a publicly approved workshop. Information on the workshop's address. An account of the tenderer´s parts and accessories department. Note: It is not required that the parts and accessories department is located within a radius of 7 km from Rud, as long as spare parts are rapidly available for the workshop. |
III.1.5) | Informations sur les marchés réservés |
III.2) | Conditions liées au marché |
III.2.2) | Conditions particulières d'exécution: Good experience is required from equivalent assignments. Equivalent assignments are in this context defined as corresponding assignments and contract value. List of the 3 most important deliveries or services performed in the past 3 years, including information on the value, time, and the name of the public or private recipients with contact information for possible references. A good and well-functioning quality management system is required for the requested services The concept of a quality management system is that i.a., the tenderer has a awareness of quality objectives, planning, securing, handling of deviations and quality improvement. Account of the tenderer´s quality management system, including quality targets, planning, security, handling deviations and quality improvement. If the tenderer is certified in accordance with ISO 9001:2008 or equivalent, such a certificate is valid as documentation of fulfilment of the qualification requirement. Systems and routines are required that ensure low environmental impact when carrying out the contract. |
III.2.3) | Informations sur les membres du personnel responsables de l'exécution du marché |
|
|
Section IV: Procédure |
|
IV.1) | Description |
IV.1.1) | Type de procédure Procédure restreinte |
IV.1.3) | Information sur l'accord-cadre ou le système d'acquisition dynamique Le marché implique la mise en place d'un système d'acquisition dynamique |
IV.1.4) | Informations sur la réduction du nombre de solutions ou d'offres durant la négociation ou le dialogue |
IV.1.6) | Enchère électronique |
IV.1.8) | Information concernant l'accord sur les marchés publics (AMP) Le marché est couvert par l'accord sur les marchés publics: oui |
IV.2) | Renseignements d'ordre administratif |
IV.2.1) | Publication antérieure relative à la présente procédure |
IV.2.2) | Date limite de réception des offres ou des demandes de participation Date: 30/12/2022 Heure locale: 12:00 |
IV.2.3) | Date d'envoi estimée des invitations à soumissionner ou à participer aux candidats sélectionnés |
IV.2.4) | Langue(s) pouvant être utilisée(s) dans l'offre ou la demande de participation: Norvégien |
IV.2.6) | Délai minimal pendant lequel le soumissionnaire est tenu de maintenir son offre Durée en mois: 12 (à compter de la date limite de réception des offres) |
IV.2.7) | Modalités d'ouverture des offres |
|
|
Section VI: Renseignements complémentaires |
|
VI.1) | Renouvellement Il s'agit d'un marché renouvelable: non |
VI.2) | Informations sur les échanges électroniques Le paiement en ligne sera utilisé |
VI.3) | Informations complémentaires: |
VI.4) | Procédures de recours |
VI.4.1) | Instance chargée des procédures de recours Bærum kommune Løkketangen 14B Sandvika 1337 Norvège |
VI.4.2) | Organe chargé des procédures de médiation |
VI.4.3) | Introduction de recours |
VI.4.4) | Service auprès duquel des renseignements peuvent être obtenus sur l'introduction de recours |
VI.5) | Date d'envoi du présent avis: 24/09/2019 |