loading
  • NO-0103 Oslo
  • 05.10.2015
  • Ausschreibung
  • (ID 2-208954)

Framework agreement uncertainty analyses 2015-2019


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 05.10.2015, 14:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung allgemeine Beratungsleistungen / Studien, Gutachten
    Sprache Norwegisch
    Aufgabe
    The contract is for framework agreements for uncertainty analyses for the Norwegian Defence Estates Agency's investment projects within property, construction and sites. The intention is to cover the Norwegian Defence Estate Agency's need for external assistance with preparing uncertainty analyses. Separate competitions will be held however when appropriate.
    See the tender documentation part III for further details on the assignments for which there will be call-offs under the framework agreement.
    Leistungsumfang
    The framework agreement's extent is estimated to NOK 6 million. The estimate is made on the basis of a previous equivalent framework agreement.
    Adresse des Bauherren NO-0103 Oslo
    TED Dokumenten-Nr. 302318-2015

  • Anzeigentext Ausschreibung

    maximieren

    • Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

      I.1)Name, addresses and contact point(s)

      Forsvarsbygg (The Norwegian Defence Estates Agency)
      975950662
      Postboks 405 Sentrum
      For the attention of: Katrine Løbersli Sørstrøm
      0103 Oslo
      NORWAY
      Telephone: +47 81570400
      E-mail: MTVmXG9tZGlgKWdqXWBtbmdkKW5qbW5vbWpoO2FqbW5xXG1uXXRiYilpag==
      Fax: +47 23097803

      Internet address(es):

      Address of the buyer profile: https://kgv.doffin.no/ctm/Supplier/CompanyInformation/Index/2668

      Electronic access to information: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/135125

      Further 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
      Ministry or any other national or federal authority, including their regional or local sub-divisions
      I.3)Main activity
      Defence
      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:
      Framework agreement uncertainty analyses 2015-2019.
      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 NO

      II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves the establishment of a framework agreement
      II.1.4)Information on framework agreement
      Framework agreement with several operators
      maximum number of participants to the framework agreement envisaged: 4

      Duration of the framework agreement

      Duration in years: 4

      Estimated total value of purchases for the entire duration of the framework agreement

      Estimated value excluding VAT: 6 000 000 NOK
      II.1.5)Short description of the contract or purchase(s)
      The contract is for framework agreements for uncertainty analyses for the Norwegian Defence Estates Agency's investment projects within property, construction and sites. The intention is to cover the Norwegian Defence Estate Agency's need for external assistance with preparing uncertainty analyses. Separate competitions will be held however when appropriate.
      See the tender documentation part III for further details on the assignments for which there will be call-offs under the framework agreement.
      II.1.6)Common procurement vocabulary (CPV)

      7150000071000000

      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:
      The framework agreement's extent is estimated to NOK 6 million. The estimate is made on the basis of a previous equivalent framework agreement.
      II.2.2)Information about options
      Options: no
      II.2.3)Information about renewals
      This contract is subject to renewal: no
      II.3)Duration of the contract or time limit for completion
      Starting 1.11.2015. Completion 1.11.2019

      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:
      Assignments under the framework agreement will be settled according to the hourly rate that is offered by the consultant in the competition for the framework agreement. See the tender documentation part II annex 1 point 7.6-7.8.
      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: yes
      Description of particular conditions: The contract terms for the contract are in the tender documentation part II. There are wage and work term requirements in part II annex 1 point 8.3 in accordance with the Regulations on wage and work terms in public contracts.
      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: The tenderer shall be a legally established company — Foreign tenderer must present documentation that the company is legally registered in the country of origin. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below.

      Tenderers shall have the tax and duty payments in order (only for Norwegian tenderers) — Tenderers must enclose a ‘Tax and VAT certificate’ (RF-1316). The certificate can be ordered via www.altinn.no The certificate must not be more than six months from the tender deadline.

      (Alternatively, service providers can submit separate certificates for tax and VAT on form RF-1244. Tenderers must then ensure that the certificates are not older than six months calculated from the tender deadline.).
      III.2.2)Economic and financial ability

      Information and formalities necessary for evaluating if the requirements are met: Tenderers shall be credit worthy — Tenderers shall enclose a credit rating of the tenderer that is not older than six months calculated from the tender deadline. The assessment shall be issued by a company with a credit reporting license from the Norwegian Data Protection Authority, see www.datatilsynet.no The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale.

      If a tenderer, in order to fulfil the requirement, refers to guarantees provided by another company (e.g. parent company), an equivalent credit rating must be enclosed from this company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract.
      Tenderers shall have the financial capacity to complete the contract. Tenderers shall enclose the accounts from the last available financial statements showing the tenderer's turnover. (Not required if the accounts' key figures are shown in the credit rating).
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Tenderers (as a company) shall have good competence within uncertainty analyses of construction projects. Tenderers shall enclose a list of up to the ten most relevant assignments that the company has had in the last three years. The list shall include information on the assignment's extent, date of execution and the name of the public or private recipient. The list ought to highlight the tenderer's experience with uncertainty analyses on a portfolio level (date/progress and cost).
      Tenderers shall be able to use an appropriate data tool to carry out uncertainty analyses in accordance with the description of the assignments in the tender documentation part III. Tenderers shall enclose a short description of the data tool and its most important functions.
      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 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: no
      IV.3)Administrative information
      IV.3.1)File reference number attributed by the contracting authority:
      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
      5.10.2015 - 14:00
      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
      in days: 060 (from the date stated for receipt of tender)
      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:
      24.8.2015
    © 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 27.08.2015
Zuletzt aktualisiert 27.08.2015
Wettbewerbs-ID 2-208954 Status Kostenpflichtig
Seitenaufrufe 52