loading
  • NO-0516 Oslo
  • 01.09.2014
  • Ausschreibung
  • (ID 2-175243)

0212014. Landfill consultancy services and quality assurance of engineering design services and execution of landfill completion Grønmo


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 01.09.2014, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Objektplanung Ver-/ Entsorgung
    Sprache Norwegisch
    Aufgabe
    A framework agreement shall be signed for landfill consultancy services and quality assurance of engineering design services and execution of landfill completion.
    The landfill consultancy services and quality assurance are to be seen as a part of the ”Project landfill completion Grønmo”.
    Two consultants with landfill competence are required for the assignment. The service provider shall offer a main consultant who shall be supplemented by a secondary consultant (assistant).
    The secondary consultant shall be used in the event of the main consultant lacking competence in individual areas, and to ensure continuity in any leave of absence.
    Attention is drawn to the fact that the consultants shall cooperate with consultants from other companies, the assignment shall, therefore, lead to an exchange of knowledge, methodology and experience.
    Leistungsumfang
    See the tender documentation.
    Adresse des Bauherren NO-0516 Oslo
    TED Dokumenten-Nr. 252021-2014

  • Anzeigentext Ausschreibung

    maximieren


    • Auftragsbekanntmachung

      Dienstleistungen
      Richtlinie 2004/18/EG

      Abschnitt I: Öffentlicher Auftraggeber

      I.1) Name, Adressen und Kontaktstelle(n)
      Oslo kommune, Renovasjonsetaten
      976820088
      Postboks 14 Vollebekk
      Zu Händen von: Jean-Francois Cardet
      0516
      Oslo
      NORWEGEN
      +47 23483669
      MjE3WVRQXRxVYVBdUl5YYh1SUGFTVGMvYVRdHV5iW14dWl5cXGRdVB1dXg==

      Internet-Adresse(n):


      Hauptadresse des öffentlichen Auftraggebers: http://www.renovasjonsetaten.oslo.kommune.no
      Adresse des Beschafferprofils: https://kgv.doffin.no/ctm/Supplier/CompanyInformation/Index/3651
      Elektronischer Zugang zu Informationen: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/120222
      Weitere Auskünfte erteilen:
      die oben genannten Kontaktstellen

      Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für den wettbewerblichen Dialog und ein dynamisches Beschaffungssystem) verschicken:
      die oben genannten Kontaktstellen

      Angebote oder Teilnahmeanträge sind zu richten an:
      die oben genannten Kontaktstellen

      Abschnitt II: Auftragsgegenstand

      II.1) Beschreibung

      II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
      71310000, 45000000, 45100000, 45200000, 45240000, 71000000, 71200000, 71240000, 71300000, 71320000, 73000000, 90000000, 90700000

      Beschreibung
      Technische Beratung und Konstruktionsberatung.
      Bauarbeiten.
      Baureifmachung.
      Komplett- oder Teilbauleistungen im Hochbau sowie Tiefbauarbeiten.
      Wasserbauarbeiten.
      Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen.
      Dienstleistungen von Architekturbüros.
      Dienstleistungen von Architektur- und Ingenieurbüros sowie planungsbezogene Leistungen.
      Dienstleistungen von Ingenieurbüros.
      Planungsleistungen im Bauwesen.
      Forschungs- und Entwicklungsdienste und zugehörige Beratung.
      Abwasser- und Abfallbeseitigungs-, Reinigungs- und Umweltschutzdienste.
      Dienstleistungen im Umweltschutz.

      Abschnitt IV: Verfahren

      IV.3) Verwaltungsangaben

      IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung

      IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
      1.9.2014 - 12:00

      IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
      Sonstige: Norwegian.




      Contract notice

      Services
      Directive 2004/18/EC

      Section I: Contracting authority

      I.1) Name, addresses and contact point(s)
      For the attention of: Telephone: E-mail: Oslo kommune, Renovasjonsetaten 976820088 Postboks 14 Vollebekk Jean-Francois Cardet 0516Oslo NORWAY +47 23483669 MTRmYV1qKWJuXWpfa2VvKl9dbmBhcDxuYWoqa29oaypna2lpcWphKmpr

      Internet address(es):
      General address of the contracting authority: http://www.renovasjonsetaten.oslo.kommune.noAddress of the buyer profile: https://kgv.doffin.no/ctm/Supplier/CompanyInformation/Index/3651Electronic access to information: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/120222Further information can be obtained from: The above mentioned contact point(s)
      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
      Tenders or requests to participate must be sent to: The above mentioned contact point(s)
      I.2) Type of the contracting authority
      Regional or local authority

      I.3) Main activity
      Other: Waste management

      I.4) Contract award on behalf of other contracting authorities
      The contracting authority is purchasing on behalf of other contracting authorities: no

      Section II: Object of the contract

      II.1) Description

      II.1.1) Title attributed to the contract by the contracting authority:
      0212014. Landfill consultancy services and quality assurance of engineering design services and execution of landfill completion Grønmo.

      II.1.2) Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 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
      Main site or location of works, place of delivery or of performance: Oslo, Norway.
      NUTS code NO011

      II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves a public contract

      II.1.4) Information on framework agreement

      II.1.5) Short description of the contract or purchase(s)
      A framework agreement shall be signed for landfill consultancy services and quality assurance of engineering design services and execution of landfill completion.
      The landfill consultancy services and quality assurance are to be seen as a part of the ”Project landfill completion Grønmo”.
      Two consultants with landfill competence are required for the assignment. The service provider shall offer a main consultant who shall be supplemented by a secondary consultant (assistant).
      The secondary consultant shall be used in the event of the main consultant lacking competence in individual areas, and to ensure continuity in any leave of absence.
      Attention is drawn to the fact that the consultants shall cooperate with consultants from other companies, the assignment shall, therefore, lead to an exchange of knowledge, methodology and experience.

      II.1.6) Common procurement vocabulary (CPV)
      71310000, 45000000, 45100000, 45200000, 45240000, 71000000, 71200000, 71240000, 71300000, 71320000, 73000000, 90000000, 90700000

      II.1.7) Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes

      II.1.8) Lots
      This contract is divided into lots: no

      II.1.9) Information about variants
      Variants will be accepted: no

      II.2) Quantity or scope of the contract

      II.2.1) Total quantity or scope:
      See the tender documentation.

      II.2.2) Information about options
      Options: yes
      Description of these options: The contract has an option for the contracting authority to extend the contract for a further 1 year + 1 year + 1 year on unchanged terms, with a maximum length of 4 years.
      Provisional timetable for recourse to these options:
      Number of months: 12 (from the award of the contract).
      Provisional timetable for recourse to these options:
      in months: 12 (from the award of the contract)

      II.2.3) Information about renewals
      This contract is subject to renewal: yes
      Number of possible renewals: 3
      In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
      in months: 12 (from the award of the contract)

      II.3) Duration of the contract or time limit for completion
      Duration in months: 012 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1) Conditions relating to the contract

      III.1.1) Deposits and guarantees required:

      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 economic operators to whom the contract is to be awarded:

      III.1.4) Other particular conditions
      The performance of the contract is subject to particular conditions: no

      III.2) Conditions for participation

      III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
      Information and formalities necessary for evaluating if the requirements are met: Requirements:
      — The supplier shall be a legally established enterprise,
      — The supplier's tax affairs shall be in order in relation to payment of tax and VAT,
      — The tenderer shall meet the requirements of Norwegian legislation with regard to health, safety and the environment (HSE).
      Documentation requirement
      — Norwegian companies: Company Registration Certificate,
      — Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the service provider is established,
      — Tax Certificate for tax and VAT respectively, not more than 6 months old. Certificates can be obtained from the local tax collection office or at the tax office,
      — Foreign suppliers must provide certificates from equivalent authorities as the Norwegian,
      — HMS self-declaration filled in and signed, not older than 6 months.

      III.2.2) Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Requirements:
      — The service provider shall have good credit worthiness.
      Documentation requirement
      — The company's last 3 Financial Statements including notes, management's Annual Reports and Audit Reports,
      — REN will, in addition, obtain a credit rating from Experian which will form the basis of the assessment.

      III.2.3) Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Requirements:
      — Relevant experience with engineering design services for equivalent assignments is required, including experience with landfill gas plants and leachate management,
      — Good capacity and execution capabilities are required,
      — It is a requirement that the project designers use a quality assurance system which fulfils the requirements of NS-EN ISO 9001:2008.
      Documentation requirement
      — The service provider's most important projects over the last 5 years, including their value, time frame and recipient/contracting authority,
      — Description of the service provider's total manpower with relevant expertise to meet the task (not CV). An organisation chart shall be attached,
      — Give a short statement about the quality assurance system and a description of how quality assurance is carried out. Minimum systems for identification of requirements (laws, regulations etc.) inspection of documents, interdisciplinary control and drawings management.

      III.2.4) Information about reserved contracts

      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: no

      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: yes

      Section IV: Procedure

      IV.1) Type of procedure

      IV.1.1) Type of procedure
      Open

      IV.1.2) Limitations on the number of operators who will be invited to tender or to participate

      IV.1.3) Reduction of the number of operators during the negotiation or dialogue

      IV.2) Award criteria

      IV.2.1) Award criteria
      The most economically advantageous tender in terms of the criteria stated below1. Assignment comprehension.. Weighting 35
      2. Quality. Weighting 35
      3. Price. Weighting 30

      IV.2.2) Information about electronic auction
      An electronic auction will be used: no

      IV.3) Administrative information

      IV.3.1) File reference number attributed by the contracting authority:
      0212014. Landfill Professional consultations

      IV.3.2) Previous publication(s) concerning the same contract
      no

      IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
      Payable documents: no

      IV.3.4) Time limit for receipt of tenders or requests to participate
      1.9.2014 - 12:00

      IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

      IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
      Other: Norwegian.

      IV.3.7) Minimum time frame during which the tenderer must maintain the tender
      until: 1.12.2014

      IV.3.8) Conditions for opening of tenders
      Persons authorised to be present at the opening of tenders: no

      Section VI: Complementary information

      VI.1) Information about recurrence
      This is a recurrent procurement: no

      VI.2) Information about European Union funds
      The contract is related to a project and/or programme financed by European Union funds: no

      VI.3) Additional information

      VI.4) Procedures for appeal

      VI.4.1) Body responsible for appeal procedures

      VI.4.2) Lodging of appeals

      VI.4.3) Service from which information about the lodging of appeals may be obtained

      VI.5) Date of dispatch of this notice:
      21.7.2014

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 24.07.2014
Zuletzt aktualisiert 24.07.2014
Wettbewerbs-ID 2-175243 Status Kostenpflichtig
Seitenaufrufe 41