Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and 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)
71320000, 45000000, 71322000, 71330000, 71335000, 71336000, 71340000, 71350000, 71355000, 71356000, 71356100, 71356200, 71356300, 71356400, 71410000, 71530000, 71541000, 71600000, 71620000, 71631300, 71700000
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
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