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 following address:
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