Contract tice Section I: Contracting authority I.1) Name, addresses and contact point(s) Bergen Kommune Pb 7700 Town: BERGEN Contact point(s): For the attention of: Laila Hope Laila.Hope@bergen.kommune. Postal code: 5020 +47 55566265 Internet address(es): if applicable General address of the contracting authority URL: https://www.bergen.kommune./innkjop Address of the buyer profile URL: Electronic access to information URL: Electronic submission of tenders and requests to participate URL: Please use Annex A to provide more detailed information Further information can be obtained from The above mentioned contact point(s) Other National ID: if kwn Country: Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from The above mentioned contact point(s) Other Tenders or requests to participate must be sent to The above mentioned contact point(s) Other I.2) Type of the contracting authority Ministry or any other national or federal authority, including their regional or local sub divisions National or federal agency/office Regional or local authority Regional or local agency/office Body governed by public law European institution/agency or international organisation Other: (please specify) General public services Defence Public order and safety Environment Ecomic and financial affairs Health Housing and community amenities Social protection Recreation, culture and religion Education Other: (please specify) I.4) Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities Section II: Object of the contract II.1) Description II.1.1) Title attributed to the contract by the contracting authority EØS 032 2013 Veterinærvakttjenester II.1.2) Type of contract and location of works, place of delivery or of performance (choose one category only works, supplies or services which corresponds most to the specific object of your contract or purchase(s)) Works Supplies Services Execution Design and execution Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities Purchase Lease Rental Hire purchase A combination of these Service category No 25 Please see Annex C1 for service categories
Main site or location of works, place of delivery or of performance Hordaland NUTS code NO051 II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS) The tice involves a public contract The tice involves the establishment of a framework agreement II.1.5) Short description of the contract or purchase(s) Kommunen har ansvar for å organisere en klinisk veterinærvakt. Ordningen med veterinærvakter er etablert i henhold til lov 15. juni 2001 nr. 75 om veterinærer og annet dyrehelsepersonell 3a. Ordningen med veterinærvakter skal sikre at det i kommunal/interkommunal regi blir etablert klinisk vakt for veterinærer i alle deler av landet slik at nødvendig veterinærhjelp kan skaffes utem ordinær arbeidstid. Veterinærvakten er en nødvendig del av beredskapen mot alvorlige smittsomme dyresykdommer og viktig for å opprettholde god dyrevelferd. Det er opprettet 160 vaktdistrikter, og i tillegg fem vakter i «bynære strøk». Denne anskaffelsen gjelder levering av veterinærvakttjenester i vaktdistrikt Bergen sør. Hvert vaktområde skal rmalt være bemannet med én veterinær. Kommunen skal sette opp en vaktliste som dekker minst en kalendermåned. Ved avtalens inngåelse etableres følgende veiledende vaktperioder og bemanning av disse som er lagt til grunn for beregning av ressursfordelingen: Hverdag, kveld: Kl. 16.00 22.00. Hverdag, morgen: Kl. 06.00 08.00 Lørdag, søndag, hellig og høytidsdag, dag og kveld: Kl. 06.00 22.00. Alle dager, natt: Kl. 22.00 06.00. Normalt skal vaktområdene være bemannet med én veterinær på vakt i hvert vaktområde i periodene 1 3. mens redusert bemanning kan skje i periode 4. I periodene januar februar og mai oktober er det felles vaktordning kl. 22.00 06.00 for vaktdistriktene Bergen sør og rd. Slik vaktordningen har vært, var det et krav at veterinærene i ordningen skulle være organisert som enkeltmannsforetak. Dette er ikke lenger et krav. Leverandørene må i hvert enkelt tilbud spesifisere hvilken navngitt veterinær som tilbys til å utføre vakttjenestene. Dersom en leverandør har flere veterinærer som ønskes inn i ordningen, kan leverandøren inngi flere tilbud, hvert med en navngitt veterinær oppgitt. Hvert enkelt tilbud vil så bli vurdert som et selvstendig tilbud og bli vurdert opp mot øvrige tilbud som kommer inn i konkurransen. Prisen for vaktordningen er fast, se vedlegg 3. Se standardkontrakt og minimumskrav for ytterligere informasjon Additional description Oppdragsgiver benytter Mercell Sourcing Service. For å melde din interesse, samt få tilgang til eventuelle dokumenter, skal du klikke på lenken nedenfor eller kopiere og lime inn lenken i din nettleser. [[http://permalink.mercell.com/40318102.aspx]]. Følg deretter instruksjoner på nettsiden. II.1.6) Common procurement vocabulary (CPV) 85200000, 77100000, 77400000 II.1.7) Information about Government Procurement Agreement (GPA): The contract is covered by the Government Procurement Agreement (GPA) II.1.8) Lots (for information about lots, use Annex B as many times as there are lots) (if ) Tenders may be submitted for one lot only one or more lots all lots II.1.9) Information about variants II.2) Quantity or scope of the contract II.2.1) Total quantity or scope (including all lots, renewals and options, if applicable) (if kwn, give figures only) Estimated value excluding VAT: 4,800,000.00 or Range: between and II.2.2) Information about options (if applicable) Options Currency NOK II.2.3) Information about renewals if applicable This contract is subject to renewal II.3) Duration of the contract or time limit for completion Duration in months or in days (from the award of the contract)
Starting 1/1/2014 Completion 12/31/2017 Section III: Legal, ecomic, financial and technical information III.1) Conditions relating to the contract III.1.1) Deposits and guarantees required: (if applicable) III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them III.1.3) Legal form to be taken by the group of ecomic operators to whom the contract is to be awarded (if applicable) III.1.4) Other particular conditions (if applicable) The performance of the contract is subject to particular conditions III.2) Conditions for participation III.2.1) Personal situation of ecomic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if the requirements are met Krav: Leverandør skal ha ordnede forhold med hensyn til betaling av skatt.dokumentasjon:skatteattest, utstedt av Skattekontoret eller Skatteoppkreverkontoret (skjema RF 1244). Skatteattesten skal ikke være utstedt mer enn 6 måneder før tilbudsfristens utløp.utenlandske leverandører skal fremlegge attest fra tilsvarende myndigheter i det land de er registrert avgiftspliktige.dersom myndighetene i aktuelle land ikke utsteder slike attester, må leverandøren fremlegge en egenerklæring vedrørende om det foreligger restanse på skatt og evt. størrelsen på denne. Egenerklæringen må være signert. Krav: Leverandør skal ha ordnede forhold med hensyn til betaling av merverdiavgift.dokumentasjon:merverdiavgiftsattest (Attest for betalt merverdiavgift utstedes av Skattkontoret eller Skatteoppkreverkontoret (skjema RF 1244)) som ikke er utstedt mer enn 6 måneder før tilbudsfristens utløp.utenlandske leverandører skal fremlegge attest fra tilsvarende myndigheter i det land de er registrert avgiftspliktige.dersom myndighetene i aktuelle land ikke utsteder slike attester, må leverandøren fremlegge en egenerklæring vedrørende om det foreligger restanse på merverdiavgift og evt. størrelsen på denne. Egenerklæringen må være signert. Krav: Leverandør skal være et lovlig etablert foretak.dokumentasjon:firmaattest, som ikke er utstedt mer enn 6 måneder før tilbudsfristens utløp. Bekreftelse for registrering i bransjeregister eller foretaksregister som foreskrevet i lovgivingen i det land hvor leverandøren er etablert (gjelder utenlandske selskap). Krav: Oppfyllelse av HMS regelverk.leverandører som skal utføre arbeid i Norge må oppfylle de krav til helse, miljø og sikkerhet som rske myndigheter til enhver tid fastsetter.dokumentasjon:vedlegg 2 HMS Egenerklæring fylles ut. Erklæringen skal ikke være utstedt mer enn 6 måneder før tilbudsfristens utløp. III.2.2) Ecomic and financial ability Information and formalities necessary for evaluating if the requirements are met III.2.3) Technical capacity Information and formalities necessary for evaluating if the requirements are met Krav: Dersom leverandør er et enkeltmannsforetak skal innehaveren av enkeltmannsforetaket være autorisert veterinær.dersom leverandørene er et foretak, skal den veterinær som utfører vaktene på vegne av selskapet være autorisert veterinær.dokumentasjon:dokumentasjon på autorisasjon. III.2.4) Information about reserved contracts (if applicable) Minimum level(s) of standards possibly required (if applicable) Minimum level(s) of standards possibly required (if applicable) III.3) Conditions specific to services contracts III.3.1) Information about a particular profession Execution of the service is reserved to a particular profession if Reference to the relevant law, regulation or administrative provision Autorisert veterinær (dyrehelsepersonelloven) III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service Section IV: Procedure IV.1) Type of procedure IV.1) Type of procedure Open Restricted Accelerated restricted Justification for the choice of accelerated procedure Negotiated Some candidates have already been selected (if appropriate under certain types of negotiated procedures) if provide names and addresses of ecomic operators already selected under Section VI.3 Additional information Accelerated negotiated Competitive dialogue Justification for the choice of accelerated procedure IV.2) Award criteria IV.2.1) Award criteria (please tick the relevant box(es)) Lowest price or The most ecomically advantageous tender in terms of the criteria stated below (the award criteria should be given with their weighting or in descending order of importance where weighting is t possible for demonstrable reasons) the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document IV.2.2) Information about electronic auction An electronic auction will be used IV.3) Administrative information IV.3.1) File reference number attributed by the contracting authority (if applicable) IV.3.2) Previous publication(s) concerning the same contract References to tices sent to Doffin should be placed in the Doffin appendix at the bottom of this tice. IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document(in the case of a competitive dialogue) Time limit for receipt of requests for documents or for accessing documents Date Time Payable documents IV.3.4) Time limit for receipt of tenders or requests to participate Date 10/14/2013 Time 12:00 PM IV.3.6) Language(s) in which tenders or requests to participate may be drawn up Any EU official language Official EU language(s) ES CS DA DE ET EL EN FR IT LV LT HU MT NL PL PT SK SL FI SV Other: IV.3.7) Minimum time frame during which the tenderer must maintain the tender until: 1/14/2014 or Duration in months or in days (from the date stated for receipt of tender) Contract award Enter date planned for contract award.
IV.3.8) Conditions for opening tenders Date Place (if applicable) Persons authorised to be present at the opening of tenders (if applicable) Section VI: Complementary information VI.1) Information about recurrence (if applicable) VI.2) Information about European Union funds if Reference to project(s) and/or programme(s) Services of General Ecomic interest SGEI VI.3) Additional information (if applicable) VI.4) Procedures for appeal VI.4.1) Body responsible for appeal procedures: Town: Postal code: Country: Internet address: Body responsible for mediation procedures: (if applicable) Town: Postal code: Country: Internet address: VI.4.2) Lodging of appeals (please fill in heading VI.4.2 or if need be, heading VI.4.3) Precise information on deadline(s) for lodging appeals VI.4.3) Service from which information about the lodging of appeals may be obtained: Town: Postal code: Country: Internet address: VI.5) Date of dispatch of this tice 8/30/2013 Annex C1 General procurement Service categories referred to in Section II: Object of the contract Directive 2004/18/EC Category No Subject 1 Maintenance and repair services 2 Land transport services [2], including armoured car services, and courier services, except transport of mail 3 Air transport services of passengers and freight, except transport of mail 4 Transport of mail by land [3] and by air 5 Telecommunications services 6 Financial services a) Insurances services b) Banking and investment services
7 Computer and related services 8 Research and development services 9 Accounting, auditing and bookkeeping services 10 Market research and public opinion polling services 11 Management consulting services [6] and related services 12 Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services 13 Advertising services 14 Building cleaning services and property management services 15 Publishing and printing services on a fee or contract basis 16 Sewage and refuse disposal services; sanitation and similar services Category No Subject 17 Hotel and restaurant services 18 Rail transport services 19 Water transport services 20 Supporting and auxiliary transport services 21 Legal services 22 Personnel placement and supply services 23 Investigation and security services, except armoured car services 24 Education and vocational education services 25 Health and social services 26 Recreational, cultural and sporting services 27 Other services Information about lots Lot No 1 Annex B Lot title Veterinærvakttjenester delleveranse 1 stordyrvakt 1) Short description Konkurransen er delt inn i 2 grupper: Stordyrvakt og smådyrvakt. Det er anledning til å gi tilbud på vakter til enten stordyr eller smådyr, eller begge deler. 2) Common procurement vocabulary (CPV) 77100000 Agricultural services. 77400000 Zoological services. 85200000 Veterinary services. 3) Quantity or scope (if kwn, give figures only) Estimated cost excluding VAT or Range: between and Currency NOK 4) Indication about different date for duration of contract or starting/completion (if applicable) Duration in months or Starting or in days (from the award of the contract) Completion 5) Additional information about lots Information about lots Lot No Lot title 2 Veterinærvakttjenester delleveranse 2 smådyrvakt 1) Short description Konkurransen er delt inn i 2 grupper: Stordyrvakt og smådyrvakt. Det er anledning til å gi tilbud på vakter til enten stordyr eller smådyr, eller begge deler. 2) Common procurement vocabulary (CPV) 77100000 Agricultural services. 77400000 Zoological services. 85200000 Veterinary services. 3) Quantity or scope (if kwn, give figures only) Estimated cost excluding VAT or Range: between and Currency NOK 4) Indication about different date for duration of contract or starting/completion (if applicable)
Duration in months or Starting 5) Additional information about lots Doffin appendix Location or in days (from the award of the contract) Completion Nationwide Counties County code Municipalities Municipality code Refences to other tices sent to Doffin Type of tice Notice number Date sent