Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and 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
General public services
Other: Quality Assurance, air quality
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:
Quality assurance of the measurement network for local air quality in Oslo and Akershus.
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: Lillehammer.
NUTS code NO0
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 Pollution Regulation chapter 7 about local pollution provides guidelines for measuring of local pollution in large urban areas to ensure that the regulation's limit values are not exceeded. The measured data is used in multiple assignments and reports, i.a. As reporting to the EU. It is therefore important that the data from the measurement network is quality assured.
The objective of this delivery is to quality ensure the measured data in the Oslo and Akershus measurement network.
The Norwegian Public Roads Eastern Region's measurement network in Oslo and Akershus consists of eight measuring stations distributed in the following areas (that are included in the assignment):
Oslo: E18 Hjortnes, Ring 3 Smestad, RV [National Road] 4, Aker Hospital and E6 Manglerud.
Akershus: Eilif Dues Veg (Bærum), mobile measuring station (Lørenskog, now the Løren tunnel), and RV [National Road] 22 Vigernes (Lillestrøm), Ozone meters (Lommedalen).
Annet: BC meters(currently on RV [National Road] Vigernes).
It is planned to established a new measurement station in Oslo in 2017. The assignment shall also include quality assurance of this, when the station is established. As of today the date of the assignment has not been sent.
To achieve satisfactory data quality, reference methods given in the applicable EU Directives (2008/50/EC and 2004-107/EC), or methods that can be documented giving an equivalent result.
The quality assurance shall be carried out in accordance with The Norwegian Environment Agency's handbook M398-2014 ‘Handbook for quality systems for the measuring of air quality’.
II.1.6)Common procurement vocabulary (CPV)
90731100, 90731000, 90731400
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:
Quality assurance of the measurement network comprises careful review of the results from the data collection in order to control that they have the necessary quality. This includes:
— Daily control of the measurement data: check that the data has come in and verify that the data is reasonable.
— Weekly control: embed the scaling values, flag hours with zero/span check and maintenance.
— Monthly control and validation of data: review the data for the last month and flag invalid values, approve and record data for the last month.
As part of the monthly control, data shall be transferred to the central database (SDB-luft) scaled and converted to a final unit and validated. Any violation of the limit value according to The Pollution Regulation chapter 7, must be commented.
If parts of the quality assurance uncover errors with the instruments or the like, the Contracting Authority shall be notified of the error.
The quality assurance shall be carried out in accordance with The Norwegian Environment Agency's handbook M398-2014 ‘Handbook for quality systems for the measuring of air quality’.
The service provider shall also ensure transferring of measurement data to www.luftkvalitet.info for reporting each month. Viewing of data in real-time shall be ensured for the public on www.luftkvalitet.info It should transfer preliminary scaled and unit converted data in the format required by luftkvalitet.info
Estimated value excluding VAT:
Range: between 1 000 000 and 2 000 000 NOK
II.2.2)Information about options
Options: yes
Description of these options: The Contracting Authority has an option to extend the agreement for 1 year + 1 year + 1 year, so that the total possible agreement length is 4 years. If the Contracting Authority wants to extend the agreement using the options, the Contracting Authority shall provide written notification about this each year and before the expiry of the agreement period.
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: 36 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Starting 1.3.2017. Completion 1.3.2018
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See 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:
See 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: See the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See 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: 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
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:
15/205930
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
26.1.2017 - 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: 26.4.2017
IV.3.8)Conditions for opening of tenders
Date: 26.1.2017 - 12:00
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:
7.12.2016