loading
  • NO-0030 Oslo
  • 16.10.2017
  • Ausschreibung
  • (ID 2-277549)

Framework agreement for consultancy services — climate initiatives in the transport sector.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 16.10.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Umweltverträglichkeitsstudie / allgemeine Beratungsleistungen / Energieplanung/ -beratung
    Sprachen Dänisch, Englisch, Norwegisch, Schwedisch
    Aufgabe
    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.
    Leistungsumfang
    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).
    Adresse des Bauherren NO-0030 Oslo
    TED Dokumenten-Nr. 357622-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      Norway-Oslo: Environmental issues consultancy services

      2017/S 174-357622

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Samferdselsdepartementet
      972 417 904
      Pb 8010 Dep
      Oslo
      0030
      Norway
      Contact person: Kristine Korneliussen / Andreas Hedum
      Telephone: +47 22249090
      E-mail: MThjamFrbGFmXSZjZ2pmXWRhbWtrXWY4a1wmXF1oJmZn / MjE3UF1TYVRQYh1XVFNkXC9iUx1TVF8dXV4=
      NUTS code: NO011

      Internet address(es):

      Main address: https://www.regjeringen.no/no/dep/sd/id791/

      Address of the buyer profile: https://kgv.doffin.no/ctm/Company/CompanyInformation/PublicProfile/1133

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=193859&B=DSS
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=193859&B=DSS
      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:

       

      Oslo.

       

      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.4.1)Review body
      Samferdselsdepartementet
      Akersgata 59
      Oslo
      0030
      Norway
      Telephone: +47 22249090
      E-mail: MjE0YmFlZl9hZmZTXTJlViBWV2IgYGE=

      Internet address:https://www.regjeringen.no/no/dep/sd/id791/

      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
    © 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 12.09.2017
Zuletzt aktualisiert 12.09.2017
Wettbewerbs-ID 2-277549 Status Kostenpflichtig
Seitenaufrufe 45