loading
  • NO-5804 Bergen
  • 02.03.2017
  • Ausschreibung
  • (ID 2-254564)

Electric power


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 02.03.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Gewerbe-, Industriebauten
    Art der Leistung Energieplanung/ -beratung / Technische Ausrüstung
    Sprache Norwegisch
    Aufgabe
    The aim of the procurement is to enter into a framework agreement for the delivery of electricity for the Directorate of Fisheries' offices. See the site list, annex 5.
    Estimated contract volume: The annual consumption is approx. 4 600 000 kWh, distributed between 21 sites. The number of sites can change.
    The Directorate of Fisheries would like to enter into a contract for the delivery of electricity at spot price.
    The assignment also includes invoicing the network charge.
    See the specifications, part 2 Annex 1 for further information on the contract's extent and content.
    Leistungsumfang
    The aim of the procurement is to enter into a framework agreement for the delivery of electricity for the Directorate of Fisheries' offices. See the site list, annex 5.
    Estimated contract volume: The annual consumption is approx. 4 600 000 kWh, distributed between 21 sites. The number of sites can change.
    The Directorate of Fisheries would like to enter into a contract for the delivery of electricity at spot price.
    The assignment also includes invoicing the network charge.
    See the specifications, part 2 Annex 1 for further information on the contract's extent and content.
    Adresse des Bauherren NO-5804 Bergen
    TED Dokumenten-Nr. 32915-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Norway-Bergen: Electricity

      2017/S 019-032915

      Contract notice

      Supplies

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Fiskeridirektoratet
      971 203 420
      Postboks 185 — Sentrum
      Bergen
      5804
      Norway
      Contact person: Erik Myrmel
      Telephone: +47 99168997
      E-mail: 
      MjEwW2hfYSRjb2hjW2I2XF9pYVtoX1pfaCRkZQ==
      NUTS code: NO

      Internet address(es):

      Main address: http://www.fiskeridir.no/

      Address of the buyer profile: https://kgv.doffin.no/ctm/Company/CompanyInformation/Index/1870

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/151248
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      National or federal agency/office
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Electric power.

       

      Reference number: 17/778
      II.1.2)Main CPV code
      09310000
      II.1.3)Type of contract
      Supplies
      II.1.4)Short description:

       

      The aim of the procurement is to enter into a framework agreement for the delivery of electricity for the Directorate of Fisheries' offices. See the site list, annex 5.

      Estimated contract volume: The annual consumption is approx. 4 600 000 kWh, distributed between 21 sites. The number of sites can change.

      The Directorate of Fisheries would like to enter into a contract for the delivery of electricity at spot price.

      The assignment also includes invoicing the network charge.

      See the specifications, part 2 Annex 1 for further information on the contract's extent and content.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71314000
      II.2.3)Place of performance
      NUTS code: NO
      II.2.4)Description of the procurement:

       

      The aim of the procurement is to enter into a framework agreement for the delivery of electricity for the Directorate of Fisheries' offices. See the site list, annex 5.

      Estimated contract volume: The annual consumption is approx. 4 600 000 kWh, distributed between 21 sites. The number of sites can change.

      The Directorate of Fisheries would like to enter into a contract for the delivery of electricity at spot price.

      The assignment also includes invoicing the network charge.

      See the specifications, part 2 Annex 1 for further information on the contract's extent and content.

       

      II.2.5)Award criteria
      Criteria below
      Cost criterion - Name: Price/cost / Weighting: 100
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      The duration of the contract will be 2 years. The contracting authority shall have the option to extend the framework agreement for a further 2 years/1+1 to a total maximum of 4 years.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      The duration of the contract will be 2 years. The contracting authority shall have the option to extend the framework agreement for a further 2 years/1+1 to a total maximum of 4 years.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      In order to participate in the competition, tenderers must fill in the electronic self-declaration form, (see https://ec.europa.eu/tools/espd), stating that they fulfil all of the qualification requirements mentioned below. Tenderers must fill in ‘little a’ in part IV in the electronic self-declaration form.

      The national rejection reasons are given in the electronic self-declaration form. In Norway, the passing of a writ for the stated punishable conditions given in § 24 — 2

      second section, in the Public Procurement Regulations, are rejections reasons in Norway.

      The tenderer/s who are chosen to sign a contract must document fulfilment of the qualification requirements in accordance with the stated documentation requirements before the contract is signed.

      Instructions for the European ESPD-service:

      https://www.anskaffelser.no/sites/anskaffelser/files/den_europeiske_espd-tjenesten_-_brukerveiledning_-_versjon_1.0.pdf

      Requirement:

      The tenderer must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT).

      Documentation requirement:

      Tax certificate not older than six months from the deadline for receipt of tenders. Tax certificate means:

      For Norwegian tenderers:

      — A tax and VAT certificate issued by the tax collection office.

      For foreign tenderers:

      — Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issue these certificates, the tenderer should submit a statement which states that all taxes and duties have been paid. The statement shall be approved and signed by the tenderer's Financial Director/ person responsible for finance.

      Requirement:

      Tenderers shall be a legally established company.

      Documentation requirement:

      Norwegian tenderers:

      — Company Registration Certificate.

      Foreign tenderers:

      — Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.

      Requirement:

      The tenderer must have good conduct.

      Documentation requirement:

      Electronic self-declaration form.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      Requirement:

      The tenderer shall have sufficient financial strength to comply with the contractual obligations.

      Documentation requirement:

      The tenderer's Annual Financial Statements including notes management and auditor's reports from 2015 and 2016.

      If the Annual Financial Statements for the last year are not finished before the tender deadline for this contest expires, the last year's preliminary annual accounts should also be attached.

      The contracting authority reserves the right to carry out a credit assessment. Financial strength is evaluated in relation to turnover, operating profit margin, solidity and liquidity.

      The tenderer may choose to rely on other companies' capacity to fulfil the requirement for the tenderer's economic and financial position.

      The tenderer must, in such an event, substantiate that the resources of the companies on which he will rely and prove that he will have the requisite resources from these companies at his disposal during the contract period, by, for example presenting a declaration of commitment (Annex A), guarantee, co-operation agreement or similar. In addition equivalent documentation on the financial position of the companies that will be used must be enclosed.

      This applies regardless of the legal nature of the connection between the companies, i.e. that the supporting companies can either be the tenderer's parent company, another company in the same group, a collaborating partner etc.

      Requirement:

      Tenderers shall have good/relevant equivalent experience from similar contracts.

      Documentation requirement:

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      Requirement:

      The tenderer must have adequate implementation ability.

      Documentation requirement:

      A short, general description of the company shall be given, including:

      — An account of the company's business concept and core competencies related to the scope of the delivery.

      — An overview of the company's history, organisation and ownership, as well as a description of the current business activities.

      — Description of how the service provider is organised for the execution of this contract.

      — A concise description of the overall quality assurance system that the supplier will apply in carrying out this contract must be given.

      The tenderer may choose to rely on other companies' capacity to meet the technical and professional qualification requirements.

      The tenderer must, in such an event, substantiate that the resources of the companies on which he will rely and prove that he will have the requisite resources from these companies at his disposal during the contract period, by, for example presenting a declaration of commitment (Annex A), guarantee, co-operation agreement or similar. In addition equivalent documentation on the technical and professional qualifications of the companies that will be used must be enclosed.

      This applies regardless of the legal nature of the connection between the companies, i.e. that the supporting companies can either be the tenderer's parent company, another company in the same group, a collaborating partner etc.

      Requirement:

      Tenderers shall have relevant experience from similar contracts.

      Documentation requirement:

      Certificates from similar deliveries during the last 3 years. The certificates should be signed or confirmed in writing by the Contracting Authority for the different deliveries, and as a minimum shall include:

      — A brief description of the assignment;

      — Time of execution;

      — Scope of the assignment in monetary amount;

      — Name, and telephone number of the reference person at the Contracting Authority.

      If it is not possible to acquire signed or verified attestations, the tenderer shall provide a list of all relevant assignments with descriptions according to the above points.

      The Contracting Authority must have the possibility to contact the contact persons who are listed.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 02/03/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      Norwegian
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Tender must be valid until: 28/04/2017
      IV.2.7)Conditions for opening of tenders
      Date: 02/03/2017
      Local time: 13:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      VI.2)Information about electronic workflows
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Fiskeridirektoratet
      Pb. 185 — Sentrum
      Bergen
      5804
      Norway
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      24/01/2017
    © 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 27.01.2017
Zuletzt aktualisiert 27.01.2017
Wettbewerbs-ID 2-254564 Status Kostenpflichtig
Seitenaufrufe 42