Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 03/12/2024
Date de péremption : 16/01/2025
Type de procédure : Autre procédure en une seule étape
Type de document : Avis de marché ou de concession – régime ordinaire
NORVÈGE
appel-offre

Norvège - Services de recrutement

2024/S 2024-738249  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
235/2024
738249-2024 - Mise en concurrence
Norvège – Services de recrutement – Framework agreements for consultancy services for control recruitment.
OJ S 235/2024 03/12/2024
Avis de marché ou de concession – régime ordinaire
Services

   1.  Acheteur
1.1.
Acheteur
Nom officiel: Nærings- og fiskeridepartementet
Adresse électronique: Frode-Alexander.Igesund@dss.dep.no
Forme juridique de l’acheteur: Autorité publique centrale
Activité du pouvoir adjudicateur: Services d’administration générale

   2.  Procédure
2.1.
Procédure
Titre: Framework agreements for consultancy services for control recruitment.
Description: The contracting authority aims at entering into two non-exclusive framework agreements, with two different tenderers (hereafter called tenderers), for the procurement of consultancy services related to the ministries ´work with board choices in companies where the government owns. The framework agreements are not SSA-R, but an integrated framework and call-off contract for the procurement of recruitment services based on SSA-R and SSA-O. The assignment will mainly consist of identifying and assessing candidates for the boards on the basis of already designed competence descriptions/requirement specifications. In some cases, the work can also assess boards in light of each company's challenges, identifying competence needs and preparing requirement specifications for candidates in cooperation with ministries and interviews of candidates etc. The framework agreements shall be used by all ministries that manage the government ´s direct ownership of companies, which are currently 13 ministries (see Annex 1a). The procurement is divided into two different sub-contracts, hereafter referred to as the framework agreements. These shall be awarded to two different tenderers. The procurement ´s estimated total value is up to NOK 200,000 excluding VAT. NOK 9 million excluding VAT at the maximum contract length. The Contracting Authority is not obliged to purchase under the framework agreements. The framework agreements shall have a duration of one year from signing, from February 2025 (as agreed). The contracting authority has the right to extend the framework agreements for a further one year at a time up to three times (1+1+1+1). See the tender documentation and Annex 1 of framework agreement A and B (Annex 2A and Annex 3A) for further details. The contracting authority will award the contracts under the framework agreements in accordance with the procedures described in the framework agreements, see particular point 2 in each framework agreement.
Identifiant de la procédure: 58b68bab-f85c-4395-9241-4c636bdc1724
Identifiant interne: 24/7776
Type de procédure: Autre procédure en une seule étape
2.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 79600000 Services de recrutement
2.1.2.
Lieu d’exécution
Pays: Norvège
N’importe où dans le pays donné
2.1.3.
Valeur
Valeur estimée hors TVA: 9 000 000,00 NOK
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
2.1.6.
Motifs d’exclusion
Situation analogue à la faillite prévue dans la législation nationale: 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.
Faillite: 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.
Concordat: 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 à une organisation criminelle: 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)
Accords avec d’autres opérateurs économiques en vue de fausser la concurrence: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Manquement aux obligations dans le domaine du droit environnemental: 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.
Blanchiment de capitaux ou financement du terrorisme: 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).
Fraude: 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).
Travail des enfants et autres formes de traite des êtres humains: 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).
Insolvabilité: 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.
Manquement aux obligations dans le domaine du droit du travail: 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.
Biens administrés par un liquidateur: 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.
Coupable de fausses déclarations, non-communication, n’a pas été en mesure de fournir les documents requis et a obtenu des informations confidentielles de la présente procédure: 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?
Conflit d’intérêt créé par sa participation à la procédure de passation de marché: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Association directe ou indirecte à la préparation de cette procédure de passation de marché: 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?
Coupable d’une faute professionnelle grave: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Résiliation, dommages et intérêts ou autres sanctions comparables: 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?
Manquement aux obligations dans le domaine du droit social: 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.
Paiement des cotisations de sécurité sociale: 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?
État de cessation d’activités: 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.
Paiement d’impôts et 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?
Infractions terroristes ou infractions liées aux activités terroristes: 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: LOT-0000
Titre: Framework agreements for consultancy services for control recruitment.
Description: The contracting authority aims at entering into two non-exclusive framework agreements, with two different tenderers (hereafter called tenderers), for the procurement of consultancy services related to the ministries ´work with board choices in companies where the government owns. The framework agreements are not SSA-R, but an integrated framework and call-off contract for the procurement of recruitment services based on SSA-R and SSA-O. The assignment will mainly consist of identifying and assessing candidates for the boards on the basis of already designed competence descriptions/requirement specifications. In some cases, the work can also assess boards in light of each company's challenges, identifying competence needs and preparing requirement specifications for candidates in cooperation with ministries and interviews of candidates etc. The framework agreements shall be used by all ministries that manage the government ´s direct ownership of companies, which are currently 13 ministries (see Annex 1a). The procurement is divided into two different sub-contracts, hereafter referred to as the framework agreements. These shall be awarded to two different tenderers. The procurement ´s estimated total value is up to NOK 200,000 excluding VAT. NOK 9 million excluding VAT at the maximum contract length. The Contracting Authority is not obliged to purchase under the framework agreements. The framework agreements shall have a duration of one year from signing, from February 2025 (as agreed). The contracting authority has the right to extend the framework agreements for a further one year at a time up to three times (1+1+1+1). See the tender documentation and Annex 1 of framework agreement A and B (Annex 2A and Annex 3A) for further details. The contracting authority will award the contracts under the framework agreements in accordance with the procedures described in the framework agreements, see particular point 2 in each framework agreement.
Identifiant interne: 1
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 79600000 Services de recrutement
5.1.2.
Lieu d’exécution
Pays: Norvège
N’importe où dans le pays donné
5.1.3.
Durée estimée
Durée: 4 Ans
5.1.5.
Valeur
Valeur estimée hors TVA: 9 000 000,00 NOK
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP): oui
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Utilisation de ce critère: Non utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Utilisation de ce critère: Non utilisé
5.1.11.
Documents de marché
5.1.12.
Conditions du marché public
Conditions de présentation:
Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentées: norvégien
Catalogue électronique: Non autorisée
Date limite de réception des offres: 16/01/2025 11:00:00 (UTC)
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Facturation en ligne: Requise
La commande en ligne sera utilisée: non
Le paiement en ligne sera utilisé: oui
5.1.15.
Techniques
Accord-cadre: Accord-cadre, sans remise en concurrence
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Oslo Tingrett

   8.  Organisations
8.1.
ORG-0001
Nom officiel: Nærings- og fiskeridepartementet
Numéro d’enregistrement: 912660680
Adresse postale: Postboks 8090 Dep
Ville: Oslo
Code postal: 0032
Pays: Norvège
Point de contact: Frode Alexander Igesund
Adresse électronique: Frode-Alexander.Igesund@dss.dep.no
Téléphone: +47 22249090
Rôles de cette organisation:
Acheteur
8.1.
ORG-0002
Nom officiel: Oslo Tingrett
Numéro d’enregistrement: 926725939
Adresse postale: Postboks 2106 Vika
Ville: Oslo
Code postal: 0125
Pays: Norvège
Adresse électronique: oslo.tingrett@domstol.no
Téléphone: +47 22035200
Adresse internet: http://www.domstol.no/otir
Rôles de cette organisation:
Organisation chargée des procédures de recours
11. Informations relatives à l’avis
11.1.
Informations relatives à l’avis
Identifiant/version de l’avis: 23b5ffe6-e6e4-4e10-961f-069693f49eb1 - 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 16
Date d’envoi de l’avis: 02/12/2024 10:53:49 (UTC)
Date d’envoi de l’avis (eSender): 02/12/2024 11:07:47 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
11.2.
Informations relatives à la publication
Numéro de publication de l’avis: 738249-2024
Numéro de publication au JO S: 235/2024
Date de publication: 03/12/2024

 
 
C L A S S E    C P V
79600000 - Services de recrutement