loading
  • NO-0155 Oslo, NO-2080 Eidsvoll
  • 03.02.2017
  • Ausschreibung
  • (ID 2-251544)

Consultancy services for local noise reduction measures on the Venjar-Langset and Kleverud-Sørli stretches


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 03.02.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Kontrolle, Monitoring / allgemeine Beratungsleistungen / Objektplanung Verkehrsanlagen / Umweltverträglichkeitsstudie / Immissionsschutz
    Sprache Norwegisch
    Aufgabe
    The development of a double track on the Venjar-Langset and Kleverud-Sørli stretches is a part of the Oslo-Hamar inter-city development. The Norwegian National Rail Administration would like a consultant for local noise reduction measures on the above mentioned stretches of this development.
    Leistungsumfang
    The assignment ‘Consultant local noise reduction measures for Venjar — Langset and Kleverud — Sørli’ consists of calculating noise for the area as regards the current situation and the final situation (i.e. the expected situation after the development is complete). Register and clarify the need for local noise reduction measures, as well as engineer, draw and submit applications for measures are also included in the assignment. The assignment also includes follow-up in the construction period. Good dealings with landowners will be seen as important in this assignment and the tenderer must reckon on a lot of contact with landowners.
    The aim for this consultant assignment and the subsequent contract for the execution of the local noise reduction measures is to be finished as soon as possible. The deadlines for this contract are given in chapter C3. The main reason for this is that the affected neighbours will then be able to benefit from increased noise reduction during the construction period. The consultant assignment also includes follow-up in the construction period, which is expected to be finished in 2023.
    Estimated value excluding VAT: 5 000 000 NOK
    Adresse des Bauherren NO-0155 Oslo
    Projektadresse NO-2080 Eidsvoll
    TED Dokumenten-Nr. 450727-2016

  • Anzeigentext Ausschreibung

    maximieren

    • Norway-Oslo: Engineering design services

      2016/S 246-450727

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

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

      Jernbaneverket [The Norwegian National Rail Administration]
      971 033 533
      Stortorvet 7
      Contact point(s): Jernbaneverket — Eidsvoll Barracks — Botshaugtangen 94 — 2080 Eidsvoll
      For the attention of: Bjørn Tore Lindberg
      0155 Oslo
      Norway
      Telephone: +47 41436515
      E-mail: MjE5L1dcX1sbQVxfUhs5VltRT1JfVC1XT2MbW1w=

      Internet address(es):

      General address of the contracting authority: http://www.jernbaneverket.no

      Address of the buyer profile: http://eu.eu-supply.com/ctm/Supplier/CompanyInformation/Index/48964

      Electronic access to information: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=177000&B=JERNBANEVERKET

      Electronic submission of tenders and requests to participate: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=177000&B=JERNBANEVERKET

      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
      National or federal agency/office
      I.3)Main activity
      Other: railway operations and construction
      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:
      Consultancy services for local noise reduction measures on the Venjar-Langset and Kleverud-Sørli stretches.
      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: Eidsvoll, Norway.

      NUTS code NO012

      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 development of a double track on the Venjar-Langset and Kleverud-Sørli stretches is a part of the Oslo-Hamar inter-city development. The Norwegian National Rail Administration would like a consultant for local noise reduction measures on the above mentioned stretches of this development.
      II.1.6)Common procurement vocabulary (CPV)

      713200004500000071322000713300007133500071336000713400007135000071355000713560007135610071356200713563007135640071410000715300007154100071600000716200007163130071700000

      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 assignment ‘Consultant local noise reduction measures for Venjar — Langset and Kleverud — Sørli’ consists of calculating noise for the area as regards the current situation and the final situation (i.e. the expected situation after the development is complete). Register and clarify the need for local noise reduction measures, as well as engineer, draw and submit applications for measures are also included in the assignment. The assignment also includes follow-up in the construction period. Good dealings with landowners will be seen as important in this assignment and the tenderer must reckon on a lot of contact with landowners.
      The aim for this consultant assignment and the subsequent contract for the execution of the local noise reduction measures is to be finished as soon as possible. The deadlines for this contract are given in chapter C3. The main reason for this is that the affected neighbours will then be able to benefit from increased noise reduction during the construction period. The consultant assignment also includes follow-up in the construction period, which is expected to be finished in 2023.
      Estimated value excluding VAT: 5 000 000 NOK
      II.2.2)Information about options
      Options: yes
      Description of these options: The contract period will be two (2) years from when the contract is signed, with an option for an extension for two (2) years at a time. Maximum length 6 years.
      Provisional timetable for recourse to these options: 
      in months: 24 (from the award of the contract)
      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: 24 (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:
      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.
      Minimum level(s) of standards possibly required: See the tender documentation.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      See the tender documentation.
      Minimum level(s) of standards possibly required:
      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: 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:
      201610761
      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
      3.2.2017 - 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
      Duration in months: 003 (from the date stated for receipt of tender)
      IV.3.8)Conditions for opening of tenders
      Date: 3.2.2017 - 12:30
      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

      For further information on the project see: http://www.jernbaneverket.no/Prosjekter/prosjekter/venjar-langset/

      http://www.jernbaneverket.no/Prosjekter/prosjekter/kleverud-sorli/

      Tenderers are obliged to study the tender documentation thoroughly and notify the Norwegian National Rail Administration as soon as possible if a tenderer believes that there is an error, uncertainty, it is incomplete etc.
      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:
      16.12.2016
    © 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 21.12.2016
Zuletzt aktualisiert 21.12.2016
Wettbewerbs-ID 2-251544 Status Kostenpflichtig
Seitenaufrufe 35