Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Other activity: administrative support systems in connection with Railway infrastructure
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Reference number: 201720450
II.1.2)Main CPV code
72212331
II.1.3)Type of contract
Supplies
II.1.4)Short description:
The objective of the ICT project is to procure, facilitate and implement a publication tool which provides a process based presentation for Bane Nor's project models, including a form of project portal.
The project portal shall be an efficient tool which provides the user an understanding of the project as a whole (the project's task from A to Å) through:
See the tender documentation in the Tender Implementation system for further details.
II.1.5)Estimated total value
Value excluding VAT: 42 000 000.00 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)
48331000
48600000
48610000
71248000
71320000
71322000
72000000
72200000
72211000
72212000
72212170
72243000
72262000
II.2.3)Place of performance
NUTS code: NO
Main site or place of performance:
II.2.4)Description of the procurement:
Current situation: The requirement for project implementation
is spread on various process courses and various
manuals in the management system for Bane NOR.
For other details see the tender documentation.
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: 42 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 30/10/2017
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
See the tender documentation and information in the Tender Implementation System.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
See the Tender Implementation System for a description of options 1 and 2.
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:
See the tender documentation.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
See the tender documentation.
Minimum level(s) of standards possibly required:
See the tender documentation.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
See the tender documentation.
Minimum level(s) of standards possibly required:
See the tender documentation.
III.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:
See the qualification section in the tender implementation tool.
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Co-location with the contracting authority is required. Currently located in Oslo/Norway. The work and contract language is Norwegian.
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
Negotiated procedure with prior call for competition
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: 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: 11/08/2017
Local time: 10:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 12/08/2017
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: 31/12/2017
IV.2.7)Conditions for opening of tenders
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
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:
07/07/2017