loading
  • NO-0101 Oslo
  • 08.08.2017
  • Ausschreibung
  • (ID 2-269063)

Framework agreements for railway related reviews


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 08.08.2017, 10:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 8
    Gebäudetyp Verkehr
    Art der Leistung Studien, Gutachten / Objektplanung Verkehrsanlagen / allgemeine Beratungsleistungen
    Sprache Norwegisch
    Aufgabe
    The framework agreement consists of eight sub-areas that each cover 1 type of assignment that shall be procured.
    We request that tenderers complete (set a cross) the attached table and state which areas the tenderer would like to be qualified for.
    Tenderers can choose whether they will qualify themselves for 1 or more (or all) sub-areas.
    See the tender documentation for further information on the 8 sub-areas.
    Leistungsumfang
    The tender contest is initiated with a qualification phase. Only tenderers who fulfil the qualification requirements and who have been invited, will be able to submit a tender.
    The contracting authority plans to invite up to 8 (eight) tenderers within each area to submit a tender.
    The following sub-areas are described in more detail in the documentation with the tender documentation.
    Sub-area 1: Major reviews (KVU, condition reviews, etc.)
    Sub-area 2: Foresight methodology.
    Sub-area 3: Competence.
    Sub-area 4: Railway engineering.
    Sub-area 5: Cost estimation and uncertainty analyses.
    Sub-area 6: Environment, climate and energy.
    Sub-area 7: Other review themes.
    Adresse des Bauherren NO-0101 Oslo
    TED Dokumenten-Nr. 238653-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Norway-Oslo: Infrastructure works consultancy services

      2017/S 118-238653

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Jernbanedirektoratet
      916 810 962
      Postboks 16 sentrum
      Oslo
      0101
      Norway
      Contact person: Benita Fjellstad
      Telephone: +47 40031812
      E-mail: MTg6XWZhbFkmPmJdZGRrbFlcOGJdamZaWWZdXGFqXWNsZ2pZbF1sJmZn
      NUTS code: NO

      Internet address(es):

      Main address: https://www.jernbanedirektoratet.no/

      Address of the buyer profile: https://kgv.doffin.no/ctm/Company/CompanyInformation/Index/74766

      I.2)Joint procurement
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/153833
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the following address:
      Jernbanedirektoratet
      Biskop Gunnerusgate 14
      Oslo
      0185
      Norway
      E-mail: MjE0VFdgW2ZTIFhcV15eZWZTVjJcV2RgVFNgV1ZbZFddZmFkU2ZXZiBgYQ==
      NUTS code: NO

      Internet address(es):

      Main address: https://www.jernbanedirektoratet.no/

      I.4)Type of the contracting authority
      National or federal agency/office
      I.5)Main activity
      Other activity: transport

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Framework agreements for railway related reviews.

       

      Reference number: 201700579
      II.1.2)Main CPV code
      71311300
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The framework agreement consists of eight sub-areas that each cover 1 type of assignment that shall be procured.

      We request that tenderers complete (set a cross) the attached table and state which areas the tenderer would like to be qualified for.

      Tenderers can choose whether they will qualify themselves for 1 or more (or all) sub-areas.

      See the tender documentation for further information on the 8 sub-areas.

       

      II.1.5)Estimated total value
      Value excluding VAT: 200 000 000.00 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)
      71318000
      72221000
      71241000
      71311300
      85312300
      85312320
      II.2.3)Place of performance
      NUTS code: NO
      II.2.4)Description of the procurement:

       

      The tender contest is initiated with a qualification phase. Only tenderers who fulfil the qualification requirements and who have been invited, will be able to submit a tender.

      The contracting authority plans to invite up to 8 (eight) tenderers within each area to submit a tender.

      The following sub-areas are described in more detail in the documentation with the tender documentation.

      Sub-area 1: Major reviews (KVU, condition reviews, etc.)

      Sub-area 2: Foresight methodology.

      Sub-area 3: Competence.

      Sub-area 4: Railway engineering.

      Sub-area 5: Cost estimation and uncertainty analyses.

      Sub-area 6: Environment, climate and energy.

      Sub-area 7: Other review themes.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      The contract period will be 2 years from the date it comes into force, with an option for the Contracting Authority for a further 2 years, 1 year at a time.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 8
      Objective criteria for choosing the limited number of candidates:

       

      The contracting authority plans to invite up to 8 (eight) tenderers within each area to submit a tender.

      A reduction of the number of qualified tenderers (within each area) will be made on the basis of the selection criteria in point 4 in the tender documentation.

       

      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

       

      The tender contest is initiated with a qualification phase. Only tenderers who fulfil the qualification requirements and who have been invited, will be able to submit a tender.

       

      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 for information on the qualification requirements.

       

      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
      Competitive procedure with negotiation
      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 several operators
      Envisaged maximum number of participants to the framework agreement: 8
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
      IV.1.5)Information about negotiation
      The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
      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: 08/08/2017
      Local time: 10:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 18/08/2017
      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: 18/12/2017
      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
      VI.3)Additional information:

       

      Procedure

      IV.1.3) Information on a framework agreement or a dynamic procurement scheme

      The above mentioned point in the notice states that there shall be a maximum of 8 tenderers for the framework agreement. This is a number that cannot be decided at this point in time, as we do not know how mange tenderers will be qualified and who will then submit a tender.

      The Norwegian Railway Directorate shall have several tenderers within all the sub-areas, so the number of tenderer can vary within each sub-area.

      In this qualification phase we shall qualify up to 8 tenderers (maximum) in each sub-area.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Jernbanedirektoratet
      Oslo
      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:
      19/06/2017
    © 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 22.06.2017
Zuletzt aktualisiert 22.06.2017
Wettbewerbs-ID 2-269063 Status Kostenpflichtig
Seitenaufrufe 38