Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
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:
Analysing services for water, sewage and sludge in the municipalities in Aust-Agder.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Seljord.
NUTS code NO
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)
The Operation assistance in Aust-Agder, C/O Sweco Norway, Department Seljord, requests on behalf of the member municipalities tenders for analysing drinking water, sewage water and sludge. In accordance with the tender documents, the tenderer shall be certified to carry out the relevant analyses. Beyond analyses at laboratories and accompanying reports, the tender shall include reliable transport of the samples from each municipality to the analysing laboratory.
II.1.6)Common procurement vocabulary (CPV)
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 analysing services are for 3 years with option for up to 1 year prolongation of the contract. See the tender documents for the scope of the contract.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
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
Starting 1.3.2016. Completion 1.3.2019
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:
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: — Company Registration Certificate,
— Tax and VAT certificate,
— Certificate of registration in a trade register.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Annual accounts with notes for the previous year.
Minimum level(s) of standards possibly required: The tenderer shall be creditworthy.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
— An overview of the certification status for the requested analyses,
— A list of references from equivalent assignments the previous 5 years,
— A description on how the transport of samples shall be transported from sampling location to the laboratory,
— A description of the supplier network for prioritised analyses,
— Description of system for providing reports through the internet,
— Documentation of quality control/quality management system.
Minimum level(s) of standards possibly required:
The tenderer shall be certified for all analyses that in accordance with the Regulations (Drinking Water Regulations, the Pollution Control Regulations and the Fertilizers and Soil-Improvement Regulations) are certified.
Documentation of implemented, equivalent assignments:
— Adequate collection system for samples in accordance with requirements given in the tender documents;
— Adequate system for prioritised analyses in accordance with requirements given in the tender documents;
— Adequate system for providing reports in accordance with requirements given in the tender documents;
— Satisfactory quality control routines.
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: no
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
Lowest price
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:
101260
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
6.1.2016 - 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: 6.4.2016
IV.3.8)Conditions for opening of tenders
Date: 6.1.2016 - 12:00
Place: Sweco Norge AS, Department Seljord
Vekanvegen 10
For the attention of: Paul Windt
3840 Seljord
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:
25.11.2015