Directive 2014/24/EU
Section I: Contracting authority
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.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework agreement for consultancy services — climate initiatives in the transport sector.
Reference number: 17/1500
II.1.2)Main CPV code
90713000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Ministry of Transport needs to have continual analyses prepared as a basis for formulating climate policy within transport. We have, amongst other things, a need to assess the effects of climate gas emissions, as well as calculate costs of different initiatives and policy instruments in the transport sector.
II.1.5)Estimated total value
Value excluding VAT: 6 000 000.00 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)
90700000
90711000
II.2.3)Place of performance
NUTS code: NO011
Main site or place of performance:
II.2.4)Description of the procurement:
The Ministry of Transport needs to have continual analyses prepared as a basis for formulating climate policy within transport. We have, amongst other things, a need to assess the effects of climate gas emissions, as well as calculate costs of different initiatives and policy instruments in the transport sector. This can be assessing initiatives and policy instruments aimed at technology, initiatives and policy instruments that affect the amount of transport and initiatives and policy instruments that reallocate transport between different sectors and transport forms. This includes both passenger transport and goods transport in the road traffic, air traffic, railway and sea transport sectors. All types of policy instruments can be relevant, including economic and regulatory. Examples of initiatives and policy instruments can be turnover requirements for biofuel, emission or technology requirements in tender processes (e.g. for ferries), road-user payment/road pricing, infrastructure initiatives, area initiatives, fees and subsidies. We need calculations of both costs per unit of reduced climate gas emissions (CO2-equivalents) and the socio-economic costs of the initiatives / policy instruments. In addition to the effects of climate gas emissions, we would also like the tenderer to assess and possibly quantify other additional effects.
In addition to carrying out their own analyses, the tenderer could be asked to quality assure analyses carried out by others.
For a more detailed description of the assignment, see annex 1 of the contract, (description of the assistance).
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: 6 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
As the need for reviews varies, and can be required at short notice, we would like to enter into a framework agreement with a tenderer. The contract will be valid for 2 years, with an option to extend it for up to a further 2 years. The contract value will be up to 3 750 000 NOK including VAT over 2 years. The total value including the value of the option will be up to 7 500 000 NOK including VAT. The number of call-offs and the size of each call-off is uncertain and can vary.
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:
Mandatory qualification requirements
Qualification requirements
Paid taxes and duties.
Documentation requirement
Certificate, not older than 6 months, confirming that the tenderer has fulfilled his tax, social security and VAT obligations. The certificate can be ordered and obtained from Altinn from the separate link on skatteetaten.no
If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration. The certificate is electronically certified and is therefore not signed. For further information, see skatteetaten.no
The certificate shall be enclosed with the tender in accordance with the outline given in the tender documents.
Foreign tenderers must provide certificates from equivalent authorities to the Norwegian authorities.
Legal position
Qualification requirements
Legally established company
Documentation requirement
Norwegian tenderers: Company Registration Certificate
Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company 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:
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: 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: 16/10/2017
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:
Danish, English, Norwegian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Date: 16/10/2017
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
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:
07/09/2017