Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
EØS 017-2017 Framework agreement environmental geology services.
II.1.2)Main CPV code
71000000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Contracting Authority requests tenders for environmental geological surveys and assessments thereof. The framework agreement includes assistance in relation to conditions in seawater, freshwater and on-shore.
II.1.5)Estimated total value
Value excluding VAT: 8 000 000.00 NOK
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)
71300000
71351220
71351913
90730000
90732000
90733000
II.2.3)Place of performance
NUTS code: NO051
Main site or place of performance:
Bergen and the surrounding areas.
II.2.4)Description of the procurement:
The principal services included in the framework agreement:
· Following-up the environmental project ‘Renere Pudderfjord’ (‘a cleaner Pudderfjord’) and the environmental measure Kollevågen.
· Following-up environmental measures in the areas of Bergen municipality.
· Preparing reports.
·Risk assessments and measure proposals.
· Storing surplus materials from sediment samples.
· Related services.
· All necessary equipment for providing the services listed above.
Assignments included in the framework agreement shall be executed in accordance with NS 8402.
The Contracting Authority reserves the right to publish larger projects. E.g. projects with a value above 300 000 NOK excluding VAT.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 8 000 000.00 NOK
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 contract will be valid for 2 years from the contract signing, with an option for the Contracting Authority to extend the Contract for further 2 years. The total maximum contract period is 4 years.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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:
Qualification requirements:
The tenderer shall have the tax, payroll tax and VAT payments in order.
Documentation requirement:
— Certificate for tax and VAT. The certificate shall not be more than 6 months old from the tender deadline. The certificate can be obtained electronically via Altinn. For further information, see Skatteetaten.no.
— For foreign tenderers:
Foreign tenderers must submit equivalent certificates from the country of origin, that substantiate that payment of taxes and duties is in order. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which verifies that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Qualification requirements:
Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Documentation requirement:
— Norwegian companies: Company Registration Certificate,
— Foreign companies: Verification showing that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
See the attached documentation part II for further information.
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: no
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: 15/03/2017
Local time: 10:00
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: 30/08/2017
IV.2.7)Conditions for opening of tenders
Date: 15/03/2017
Local time: 10:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
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:
13/02/2017