Click Here to View Original Tender Notice / Download Tender Documents
[Disclaimer: The Below Text is Machine Translated in English From Original Language of Bid Notice. For Accuracy of Content of Bid Please Refer The Original Bid Notice link or in Original Language Bid Notice as Per Below]



Tender Notice in English Language

TenderNo :

686120-2024

Agency :

Ringsaker kommune

Title :

Veterinary Services – Veterinary Duty Services For Ringsaker Municipality For The Period 2025-2028.

Submdate :

10-12-2024 00:00:00

WorkDetail :

Veterinary Services – Veterinary Duty Services For Ringsaker Municipality For The Period 2025-2028.. The Municipality Is Responsible For Organising Clinical Veterinary Duty Services. The Scheme With Veterinary Guards Is Established In Accordance With The Act From 15 June 2001 No. 75 On Veterinary Surgeons And Other Animal Health Personnel §3A. The Scheme With Veterinary Duties Shall Ensure That Clinical Guards Are Established For Veterinary Surgeons In All Parts Of The Country So That The Necessary Veterinary Help Can Be Provided Outside Ordinary Working Hours. The Veterinary Duty Is A Necessary Part Of The Stand-By Against Serious Infectious Animal Diseases And It Is Important For Maintaining Good Animal Welfare. This Contract Is For The Provision Of Veterinary Duty Services In The Duty Districts Of Ringsaker North And Ringsaker In South Ringsaker Municipality For The Period 1.1.2025 - 31.12.2028.It Is A Minimum Requirement That The Tenderer Has Authorisation And Is Certified Veterinary Surgeons In Norway.




Tender Notice in Original Language

686120-2024 - Competition
Norway – Veterinary services – Veterinary duty services for Ringsaker municipality for the period 2025-2028.
OJ S 219/2024 11/11/2024
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official nameRingsaker kommune
Emailanho@ringsaker.kommune.no
Legal type of the buyer: Body governed by public law, controlled by a local authority
Activity of the contracting authority: General public services
2. Procedure
2.1.
Procedure
TitleVeterinary duty services for Ringsaker municipality for the period 2025-2028.
DescriptionThe municipality is responsible for organising clinical veterinary duty services. The scheme with veterinary guards is established in accordance with the Act from 15 June 2001 no. 75 on veterinary surgeons and other animal health personnel §3a. The scheme with veterinary duties shall ensure that clinical guards are established for veterinary surgeons in all parts of the country so that the necessary veterinary help can be provided outside ordinary working hours. The veterinary duty is a necessary part of the stand-by against serious infectious animal diseases and it is important for maintaining good animal welfare. This contract is for the provision of veterinary duty services in the duty districts of Ringsaker north and Ringsaker in south Ringsaker municipality for the period 1.1.2025 - 31.12.2028.It is a minimum requirement that the tenderer has authorisation and is certified veterinary surgeons in Norway.
Procedure identifier08e8d994-7d5d-4e98-9f52-9e7efab09391
Internal identifier2024/9444
Type of procedureOpen
The procedure is acceleratedno
Main features of the procedureMaximum 10 contracts will be signed to cover the need for veterinary surgeons in the duty scheme. Further details on the requirements for cooperation between the veterinary surgeons are described in Requirement point 3.Ringsaker municipality is located in Innlandet county and is the country's largest agricultural municipality with a voluminous and varied livestock farming. Ringsaker municipality is the only municipality in the country that consists of two duty districts, Ringsaker north and Ringsaker south. Both are administered by Ringsaker municipality. For further information about Ringsaker kommune visit our website: www.ringsaker.kommune.no and www.ringsaker.no
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 85200000 Veterinary services
2.1.2.
Place of performance
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
2.1.4.
General information
Legal basis
Directive 2014/24/EU
Anskaffelsesforskriften -
Anskaffelsesforskriften -
Anskaffelsesforskriften -
Anskaffelsesforskriften -
Anskaffelsesforskriften -
2.1.6.
Grounds for exclusion
Analogous situation like bankruptcy under national lawIs 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.
BankruptcyIs 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.
CorruptionIs 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.
Arrangement with creditorsIs 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 in a criminal organisationIs 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)
Agreements with other economic operators aimed at distorting competitionHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental lawIs 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.
Money laundering or terrorist financingIs 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).
FraudIs 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).
Child labour and other forms of trafficking in human beingsIs 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).
InsolvencyIs 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.
Breaching of obligations in the fields of labour lawIs 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.
Assets being administered by liquidatorSpecify 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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedureHave 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?
Purely national exclusion groundsThe contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Conflict of interest due to its participation in the procurement procedureAre tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedureHas 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?
Guilty of grave professional misconductHas the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctionsHas 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?
Breaching of obligations in the fields of social lawIs 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.
Payment of social security contributionsHave 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?
Business activities are suspendedSpecify 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.
Payment of taxesHas 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?
Terrorist offences or offences linked to terrorist activitiesIs 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.
LotLOT-0000
Title: Veterinary duty services for Ringsaker municipality for the period 2025-2028.
Description: The municipality is responsible for organising clinical veterinary duty services. The scheme with veterinary guards is established in accordance with the Act from 15 June 2001 no. 75 on veterinary surgeons and other animal health personnel §3a. The scheme with veterinary duties shall ensure that clinical guards are established for veterinary surgeons in all parts of the country so that the necessary veterinary help can be provided outside ordinary working hours. The veterinary duty is a necessary part of the stand-by against serious infectious animal diseases and it is important for maintaining good animal welfare. This contract is for the provision of veterinary duty services in the duty districts of Ringsaker north and Ringsaker in south Ringsaker municipality for the period 1.1.2025 - 31.12.2028.It is a minimum requirement that the tenderer has authorisation and is certified veterinary surgeons in Norway.
Internal identifier: 2024/9444
5.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 85200000 Veterinary services
5.1.2.
Place of performance
Country subdivision (NUTS): Innlandet (NO020)
Country: Norway
5.1.3.
Estimated duration
Duration48 Months
5.1.6.
General information
Reserved participation: Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)no
5.1.9.
Selection criteria
Criterion
TypeEconomic and financial standing
Name'Total' annual turnover
DescriptionThe tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
NameAverage annual turnover
DescriptionThe tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
Name"Specific annual turnover"
DescriptionAre the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
NameAverage set-up
DescriptionIs the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
NameThe tenderer's establishment date
DescriptionIf the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
NameFinancial key figures
DescriptionFor financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
NameLiability insurance
DescriptionThe insured amount in the tenderer ́s liability insurance is the following:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
NameOther economic and financial requirements
DescriptionRegarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterionNot used

Criterion
TypeOther
NameCertificates issued by independent bodies for quality assurance standards.
DescriptionCan tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterionNot used

Criterion
TypeOther
NameCertificates issued by independent bodies for environmental management standards.
DescriptionIs the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterionNot used

Criterion
TypeSuitability to pursue the professional activity
NameRegistered in a trade register
DescriptionTenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterionNot used

Criterion
TypeSuitability to pursue the professional activity
NameRegistered in a trade register or company register.
DescriptionTenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Legally established company About the qualification requirement: The contracting authority requires that the tenderer has a legally established company. Documentation requirement: Company registration certificate or register printout.
Use of this criterionUsed

Criterion
TypeSuitability to pursue the professional activity
NameIn the case of service contracts: Authorisations from a particular organisation required
DescriptionIs a specific authorisation required from a particular organisation to provide the service in the tenderer's home country? Minimum qualification requirements Authorisation About the qualification requirement: If the tenderer is a sole proprietorship, the sole proprietorship must be a certified veterinary surgeon. If the tenderer is a company, the veterinary surgeons who shall carry out the duties on behalf of the company must be certified veterinary surgeons. Documentation requirement: Authorisation issued by the Norwegian Food Safety Authority or other public third parties, confirming that the offered veterinary surgeon has authorisation as a veterinary surgeon in Norway.
Use of this criterionUsed

Criterion
TypeSuitability to pursue the professional activity
NameIn the case of service contracts: Membership in a particular organisation is required
DescriptionIs it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameServices only
DescriptionOnly for services: In 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 three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameTechnical personnel or technical units
DescriptionTenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameTechnical facilities and quality assurance measures
DescriptionThe tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameInvestigation and research facilities
DescriptionThe tenderer ́s survey and research facilitates are as follows:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameManagement and tracing of the supply chain
DescriptionThe tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameControl Permission
DescriptionFor goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameEducation and professional qualifications
DescriptionThe following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameEnvironmental management measures
DescriptionTenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameNumber of employees in the management
DescriptionThe tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameAverage workforce
DescriptionThe tenderer's average annual workforce in the last three years has been as follows:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameTools, materials and technical equipment.
DescriptionTenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NamePortion of the contract to sub-suppliers.
DescriptionThe tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterionNot used
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableNorwegian
Deadline for requesting additional information03/12/2024 11:00:00 (UTC)
Address of the procurement documents: https://permalink.mercell.com/241983332.aspx
5.1.12.
Terms of procurement
Terms of submission:
Electronic submission: Required
Address for submission: https://permalink.mercell.com/241983332.aspx
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogue: Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants: Not allowed
Deadline for receipt of tenders: 10/12/2024 11:00:00 (UTC)
Deadline until which the tender must remain valid3 Months
Information about public opening:
Opening date: 10/12/2024 11:00:00 (UTC)
Terms of contract:
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be used: no
Electronic payment will be used: yes
5.1.15.
Techniques
Framework agreement: Framework agreement, without reopening of competition
Information about the dynamic purchasing system: No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationØstre Innlandet tingrett
8. Organisations
8.1.
ORG-0001
Official name: Ringsaker kommune
Registration number: 864950582
Postal address: Postboks 13  
Town: BRUMUNDDAL
Postcode: 2381
Country subdivision (NUTS): Innlandet (NO020)
Country: Norway
Contact point: Ann Marit Holumsnes
Email: anho@ringsaker.kommune.no
Telephone: +47 62335000
Internet address: http://www.ringsaker.kommune.no
Roles of this organisation
Buyer
8.1.
ORG-0002
Official name: Østre Innlandet tingrett
Registration number: 926723669
Town: Hamar
Country: Norway
Email: toinpost@domstol.no
Telephone: 62782700
Roles of this organisation
Review organisation
11. Notice information
11.1.
Notice information
Notice identifier/version: 055ad659-77ed-4921-8711-47cbe1dba969 - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype16
Notice dispatch date: 08/11/2024 11:10:08 (UTC)
Notice dispatch date (eSender): 08/11/2024 13:09:55 (UTC)
Languages in which this notice is officially available: English
11.2.
Publication information
Notice publication number: 686120-2024
OJ S issue number: 219/2024
Publication date: 11/11/2024