loading
  • NO-5470 Rosendal
  • 27.05.2016
  • Ausschreibung
  • (ID 2-230770)

Restricted tender documentation for the establishment of a framework agreement for consultancy services within roads, water and sewage


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 27.05.2016, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 8
    Gebäudetyp Technische Infrastruktur / Verkehr
    Art der Leistung sonstige / Objektplanung Verkehrsanlagen / Projektsteuerung / Objektplanung Ver-/ Entsorgung
    Sprache Norwegisch
    Aufgabe
    The contracting authority would like to enter into framework agreements with companies that provide consultancy services related to roads, water and sewage. The tenderer can, for example, be responsible for the planning and necessary engineering design services, applications, permits etc. for assignments under the framework agreements. In addition to engineering design assignments, the framework agreement will apply for other consultancy services within the discipline, including project management and construction management.
    Leistungsumfang
    2 year framework agreement + an option for the contracting authority for 1+1 year. The volume depends on the activity in the municipality and how the contracting authority decides to use the contracts. The contracting authority will have a right, but not a duty, to use the contracts.
    Adresse des Bauherren NO-5470 Rosendal
    TED Dokumenten-Nr. 149335-2016

  • Anzeigentext Ausschreibung

    maximieren

    • Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

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

      Kvinnherad kommune, technical services
      964967636
      Rosendalsvegen 10
      For the attention of: Knut Bjørgvik
      5470 Rosendal
      NORWAY
      Telephone: +47 53461905
      E-mail: MjIwV1phYBpOVlteU2JVVyxXYlVaVFFeTVAaV1tZWWFaURpaWw==

      Internet address(es):

      General address of the contracting authority: http://kvinnherad.kommune.no

      Address of the buyer profile: https://kgv.doffin.no/ctm/Supplier/CompanyInformation/Index/3735

      Electronic access to information: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/143393

      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
      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:
      Restricted tender documentation for the establishment of a framework agreement for consultancy services within roads, water and sewage.
      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: Kvinnherad municipality.

      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
      Number of participants to the framework agreement envisaged: 3

      Duration of the framework agreement

      Duration in years: 2
      II.1.5)Short description of the contract or purchase(s)
      The contracting authority would like to enter into framework agreements with companies that provide consultancy services related to roads, water and sewage. The tenderer can, for example, be responsible for the planning and necessary engineering design services, applications, permits etc. for assignments under the framework agreements. In addition to engineering design assignments, the framework agreement will apply for other consultancy services within the discipline, including project management and construction management.
      II.1.6)Common procurement vocabulary (CPV)

      71320000710000007120000071210000712210007131800045220000794210007154100045233120713112108531230090713100411100003937000044162500

      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:
      2 year framework agreement + an option for the contracting authority for 1+1 year. The volume depends on the activity in the municipality and how the contracting authority decides to use the contracts. The contracting authority will have a right, but not a duty, to use the contracts.
      II.2.2)Information about options
      Options: yes
      Description of these options: Option for an extension for 1+1 year.
      II.2.3)Information about renewals
      This contract is subject to renewal: yes
      Number of possible renewals: 2
      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: 024 (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:
      Will be stated in the tender documentation.
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Will be stated in the tender documentation.
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Will be stated in the tender documentation.
      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: Requirement:
      Tenderers shall have their tax and VAT payments in order.
      Documentation:
      — Tax certificate;
      —VAT certificate;
      — Foreign tenderers must submit certificates from authorities equivalent to the Norwegian authorities.
      NB: If several companies go together to submit a tender as a group, certificates shall be enclosed for all the group participants.
      Requirement:
      Tenderers shall be a legally established company.
      Documentation:
      — Norwegian companies: Company Registration Certificate.
      — Foreign companies: Proof that the company is registered in a trade index or business register as prescribed by the law of the country where the tenderer is established.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Requirement:
      The tenderer must have the financial capacity to implement the assignment/contract.
      Documentation:
      — Credit rating, not older than 3 months (calculated from the tender deadline), based on the last known accounting figures. The rating shall show a minimum of A according to the D&B scale (or an equivalent result on another certified agency's scale). The rating should be carried out by an officially certified credit rating institution.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Requirement:
      — The tenderer shall have experience from engineering design assignments in the discipline roads, water and sewage, as well as experience from project and construction management for the same discipline.
      Documentation:
      — The documentation must show that the tenderer has experience, cf. the qualification requirement (reference list with information on the assignment's content, contracting authority, length and value).
      — See the annex to the qualification documentation.
      NB: If several companies go together to submit a tender as a group, documentation shall be submitted for all the group participants within the fields that the different participants shall serve.
      (Emphasis is put on the fact that the requirement relates to the company per se and that concrete key persons' competence shall be assessed under the award criteria that will be in the tender documentation.).
      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
      Restricted
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
      Envisaged minimum number 5: and maximum number 8
      Objective criteria for choosing the limited number of candidates: The contracting authority will invite a minimum of 5 and a maximum of 8 participants to the competition. It is a prerequisite that a sufficient number of applicants are qualified. The selection amongst the qualified tenderers will be based on the tenderer's experience, cf. point 3.4. Experience in addition to the minimum requirements will, thus, decide which applicants are chosen for participation, if there are applications from a greater number of qualified applicants than what the contracting authority chooses to invite to the competition. Experience from engineering design services for roads, water and sewage will count significantly more than experience from project administration in the selection process.
      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:
      2016
      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
      27.5.2016 - 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
      IV.3.8)Conditions for opening of tenders

      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:
      25.4.2016
    © 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 29.04.2016
Zuletzt aktualisiert 29.04.2016
Wettbewerbs-ID 2-230770 Status Kostenpflichtig
Seitenaufrufe 33