Norway-Drammen: Management-related services

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title Norway-Drammen: Management-related services
OJEU (High Value) 325047-2020
Type Invitation to tender
Date Published 2020-07-10
Deadline 2020-08-10 12:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure Open procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Drammen Kommune
National registration number: National registration number: 921234554
Postal address: Engene 1
Town: Drammen
Postal code: 3008
Country: NO
Contact person: Ida Marie Skistad
E-mail: ida.marie.skistad@drammen.kommune.no
NUTS code: NO
Main address: https://permalink.mercell.com/128414773.aspx
Address of the buyer profile (URL): https://www.drammen.kommune.no/

Communication
I.3) Procurement documents
(URL):https://permalink.mercell.com/128414773.aspx

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
https://permalink.mercell.com/128414773.aspx
I.4) Type of the contracting authority: REGIONAL AUTHORITY

Main Activity
I.5.1) Main Activity: GENERAL PUBLIC SERVICES

Section II: Object of Contract


Title:
Consultancy Services for Management Development (Parallel Framework Agreements)

Reference number: 20/43606

II.1.4) Short description
Drammen kommune [Drammen municipality] intends to set up a management school. In connection with this there will be a need for consultancy services. The assistance will be in cooperation with internal consultants concerning planning, implementation and documentation of measures for managers on all levels in the organisation. It will mainly be arranged for gatherings with groups of managers both in and across different services. In the next two years, simple and more comprehensive measures will be implemented related to our focus areas in management. This involves gatherings for all of our managers, in groups, with a blending of lectures and process management, either combined or specifically for each manager level. It may also be relevant to procure consultancy services for manager development that is not exclusively connected to the implementation of the manager school.

II.01) Estimated value excluding VAT:
NOK 2000000.00

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: NO032
II.2.3.2) Main site or place of performance:
Drammen.

II.1.4) Short description
Some keywords for focus areas: manager behaviour, value-basis, trust-based management, innovation and service development, colleague learning, cross-discipline interaction and a learning organisation. Our common understanding of the content in these concepts is amongst that which will be further developed together with manager and other organisations. The manager school will contribute to this at the same time as contributing to build up the individual in their manager role.

A structure and cohesive manager school will be established that both safeguards experiences managers and also those who are in the early phases of being a manager. Emphasis will be based on combinations and research-based theory and practice that can be translated into the different practical challenges faces by managers.

The contracting authority will enter into up to three parallel framework agreements, provided that are a sufficient number of suitable tenderers and tenders.

Where the value of the call-off is under NOK 150 000, the contracting authority will use the ‘waterfall method’.

The tenderer best ranked in the tender competition will be requested first. If the supplier ranked number 1 does not have the capacity or for other reasons cannot deliver such as incompatibility, supplier No 2 should be asked etc.

The contracting authority's purchase of individual assignments will take place after call-offs and start when the contracting authority sends the order to the supplier.

SSA-O will be used, see the link https://www.anskaffelser.no/verktoy/kontrakter-og-avtaler/oppdragsavtalen-ssa-o

If the value of the individual assignment exceeds NOK 150 000, a mini competition will be held between the three suppliers. In situations where the contracting authority finds it appropriate, mini competitions will be implemented even if the amount is lower than NOK 150 000. Appropriate means where the assignments is complex or the contracting authority wants multiple solution proposals.

By implementing mini competition, the selection of supplier will be based on one or more of the award criteria in the main competition.

— prices and costs;

— assignment comprehension;

— relevant experience of personnel;

— response time;

— interviews with offered personnel;

The list is not exhaustive.

Weighting/prioritisation of the award criteria may vary depending on the concrete need, and will be defined in the individual mini competition. This also applies to dividing of resources and how these are thought to be used.

Contracts signed after call-off on the framework agreement cannot result in worse conditions than those in the framework agreement, unless this is agreed separately and in writing.

Based on the information the contracting authority currently has, there will be a need to hold a mini competition between two to four times during the lifetime of the contract.

When implementing a mini-competition where only one or none of the suppliers submit tender offers, the contracting authority reserves the right to enter the open market in order to obtain the necessary expertise.

Due to staff holiday, questions will not be answered in weeks 28 and 29.

II.2.5) Award criteria:

Value excluding VAT: NOK 2000000.00
II.02.07) Duration in months 48
II.2.7.5) This contract is subject to renewal: no
II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
The framework agreement period will be 2 years, with an option for a 1 + 1 year extension.

The procurement is related to a project and/or programme financed by European Union funds): no

Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
Overview and a brief description of terms: registration in a professional register: tenderers must be registered in a professional register in the member state where the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member countries can be required to fulfil other requirements in the mentioned annex.

Registration in a trade register or a company register: tenderers must be registered in a company register or a trade register in the country where the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member countries can be required to fulfil other requirements in the mentioned annex.

III.1.2.3) List and brief description of selection criteria
An overview and brief description of the qualification requirements:

Other economic and financial requirements

In regards to any other economic and financial requirements stated in the tender notice or in the procurement documents, the tenderer must verify:

III.1.2.4) Minimum level(s) of standards possibly required
Minimum requirements for the qualification requirements

Sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement. Tenderers are required to be credit worthy and have financial solidity with a minimum credit rating of A in accordance with an assessment made in CreditPro by the credit information agency Bisnode CreditPro AS. The contracting authority will obtain a credit report from Bisnode CreditPro. The report contains, amongst other things, the auditor's report, negative payment remarks, accounts and rating history, and it shall be based on the last known accounting figures. Tenderers not subject to credit appraisal shall present approved accounting figures showing good creditworthiness and sufficient financial implementation ability, or any other documentation that is considered suitable for the contracting authority.

III.1.3.2) List and brief description of selection criteria
Only for services: during the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to 3 years experience and can take experience from the period before the last 3 years into consideration.

The portion of the contract to be performed by sub-contractors.

The tenderer is considering to leave the following part (percentage) of the contract to sub-suppliers. Note that if a tenderer has decided to leave a part of the contract to sub-suppliers and rely on sub-suppliers' capacity to carry out this part, a separate ESPD is required for such sub-suppliers, see part II, section C above.

III.1.3.3) Minimum level(s) of standards possibly required
Tenderers must have very good experience from comparable assignments. Comparable assignments means assignments of the same nature and that are implemented for both large private actors and government or municipal entities. Municipal businesses are limited to municipalities with over 40 000 residents. Description of the tenderer's three most relevant contracts during the last 3 years. The list must include a statement of the deliveries' value, dates and recipients (name, telephone number and e-mail address). It is the tenderer's responsibility to confirm relevance through the description. Tenderers can document the experience of the personnel that may be used for this project, including experience that has been acquired while the personnel was in the service of another employer.


Section IV: Procedure

IV.1.1) Type of procedure: Open
IV.1.3) The procurement involves the establishment of a framework agreement

IV.1.3) Envisaged maximum number of participants to the framework agreement 3

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-08-10
IV.2.2) Local time 12:00


IV.2.6) Duration in months (from the date stated for receipt of tender): 3
IV.2.7) Conditions for opening of tenders
IV.2.7) Date 2020-08-10
IV.2.7) Local time 12:00

Section V: Complementary information


VI.2.1) Electonic ordering will be used
VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

Review body:
Official name: Drammen tingrett
Postal address: Postboks 1066
Town: Drammen
Postal code: 3001
Country: NO

Section VI

Date of dispatch of this notice : 2020-07-07

CPV Codes
79420000; 79400000; 79410000; 79411000; Management-related services; Business and management consultancy and related services; Business and management consultancy services; General management consultancy services;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.