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
Body governed by public law
I.5)Main activity
Other activity: builder, road construction
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Environment monitoring E18 Rugtvedt — Dørdal.
II.1.2)Main CPV code
71313450
II.1.3)Type of contract
Services
II.1.4)Short description:
Nye Veier shall expand the E18 Rugtvedt-Dørdal to a four lane motorway in the period June 2017 to December 2019. The contract with the turnkey contractor is expected to be signed 10 May, with a quick start-up of the site work on the stretch, most likely in June. Nye Veier invites qualified tenderers to submit a tender for environment monitoring of streams and river systems outside the site area during the construction period, as well as an option for one to two years follow-up examinations.
II.1.5)Estimated total value
Value excluding VAT: 7 000 000.00 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)
71313400
90713000
II.2.3)Place of performance
NUTS code: NO034
II.2.4)Description of the procurement:
Nye Veier shall expand the E18 Rugtvedt-Dørdal to a four lane motorway in the period June 2017 to December 2019. The contract with the turnkey contractor is expected to be signed 10 May, with a quick start-up of the site work on the stretch, most likely in June. Nye Veier invites qualified tenderers to submit a tender for environment monitoring of streams and river systems outside the site area during the construction period, as well as an option for one to two years follow-up examinations. The turnkey contractor will be ordered to monitor their emissions from the site area. The environment monitoring supplier shall document that they are independent from the turnkey contract as regards the environment monitoring.
The environment is monitored by NIBIO in the period June 2016 to June 2017 (pre-examinations and preparatory work with tree felling and some site roads). The report from this will be available in June.
Nye Veier has established a YM plan for the E18 Rugtvedt — Dørdal, which includes limits for water chemical parameters in the river systems. The plan will be made available for the contractor when the contract is signed. The plan has the status of New Veier's steering document for the external environment work in the project and it has been approved by the County Governor in Telemark, as a replacement for a licence in accordance with the Pollution Act.
The tender shall cover environment monitoring for the site period July 2017 to December 2019 and follow-up examinations in 2020 and, if necessary, also in 2021.
Unit prices shall be given per measurement/sample taking station and analysis type/numbered element described below and a total price. Nye Veier shall be able to adjust the number of stations with an equivalent change in price.
Tenderers shall describe how HSE will be taken care of for personnel who shall work in the field and how security of supplies will be taken care of in the project.
Documentation with references for the execution of at least 3 equivalent projects shall be enclosed with the tender.
In addition, tenderers shall describe their experience in using automatic loggers in equivalent projects, as well as courses and certifications for the equipment. Any challenges shall also be described with an offered logger system. Documentation in the form of reports is wanted.
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: 7 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 42
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:
1 year follow-up examinations.
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
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
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: 22/06/2017
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: 22/08/2017
IV.2.7)Conditions for opening of tenders
Date: 22/06/2017
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
KOFA
Bergen
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:
24/05/2017