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
National or federal agency/office
I.5)Main activity
Other activity: Inspection activities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework agreements for consultancy services within safety and stand-by in the petroleum industry.
Reference number: 2017/302
II.1.2)Main CPV code
71317200
II.1.3)Type of contract
Services
II.1.4)Short description:
The Petroleum Safety Authority Norway needs framework agreements so that they can quickly assign assignments for which we require support, including other assignments than inspection. The framework agreements will be for consultancy services within safety and stand-by in the petroleum industry on the Norwegian continental shelf and on land. The framework agreements can also cover assistance from consultants for assignments in Ptil's premises if needed.
The procurement is divided into the following sub-areas:
Maintenance management
Risk assessments, stand-by and analyses
Technical safety
Lifting equipment and lifting operations
The assignments within each sub-area will vary in extent from simple analyses or assessments to more in-depth reviews or verifications of proposed systems.
The framework agreements shall be valid for 2 years from 2.1.2018, with an option for a further extension of 1 year + 1 year.
II.1.5)Estimated total value
Value excluding VAT: 7 600 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Sub-area 1 — maintenance management
Lot No: 1
II.2.2)Additional CPV code(s)
73000000
76000000
76100000
76200000
II.2.3)Place of performance
NUTS code: NO043
II.2.4)Description of the procurement:
The work can include assessments and development work such as:
The actor's own follow-up — improvement work connected to maintenance management.
How the management uses maintenance management to prevent major accidents.
New operators — emphasis and organisation of the maintenance management.
Consequences of remote monitoring, remote control and remote maintenance.
Consequences for the maintenance management of lifetime elongation.
Maintenance management and barrier management, including method and analysis methods.
Decision basis for maintenance and status management — follow-up of reported maintenance data.
Outstanding maintenance, dealing with deviations and risk evaluations.
Re-classifying and changing the priority order of maintenance.
Condition assessments of equipment and actual condition.
Finds and cause analyses, continual improvements.
Coordination sea/land, sharing knowledge and risk comprehension.
Capacity and competence in the industry.
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: 1 900 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 02/01/2018
End: 31/12/2020
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:
Option for an extension for 1+1 year.
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
See the tender documentation.
II.2)Description
II.2.1)Title:
Sub-area 2 — risk assessments, stand-by and analyses
Lot No: 2
II.2.2)Additional CPV code(s)
73000000
76000000
76100000
76200000
II.2.3)Place of performance
NUTS code: NO043
II.2.4)Description of the procurement:
The work can include general assessments of risk and stand-by assessments and analyses within the petroleum industry. Assessments shall be made as to whether risk/stand-by assessments and analyses are carried out in accordance with the rules, recognised practice and any specific requirements/aims. The analysis methodology, the analysis' suitability, prerequisites, acceptance criteria, dealing with uncertainty and analysis results must be assessed as regards the organisation/activity's character. The work can relate to assessments and analyses of damage to and/or loss of human life, the environment and/or financial value, stand-by conditions or assessments/analyses related to preventing events that can lead to damage/loss.
Input, possibly minor projects, related to the rules within risk management/risk analyses can be included.
Contributions can be required in projects that intend to highlight the development in the risk level within the petroleum industry. The work involves uniform risk pictures that include the risk to personnel, the outer environment and financial values.
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: 1 900 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 02/01/2018
End: 31/12/2020
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:
Option for an extension for 1+1 year.
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
See the tender documentation.
II.2)Description
II.2.1)Title:
Sub-area 3 — technical safety
Lot No: 3
II.2.2)Additional CPV code(s)
73000000
76000000
76100000
76200000
II.2.3)Place of performance
NUTS code: NO043
II.2.4)Description of the procurement:
The work can include reviews or direct verification/assessment of proposed concepts or parts of them. The work can also include direct consultancy services for Ptil's work on these problems.
Reviews of alternative concepts can be required, with the intention of carrying out an independent comparison of two or more systems.
Typical problems can be:
Use of new technology or untraditional systems.
Assessment of analyses
FIre calculations
Assessment of relevant standards and fire tests
Assessment of the blow-down system/flare concept, dimensioning the flare system
Assessment of safety systems
Assistance with investigations.
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: 1 900 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 02/01/2018
End: 31/12/2020
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:
Option for an extension for 1 year + 1 year.
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
See the tender documentation.
II.2)Description
II.2.1)Title:
Sub-area 4 — lifting equipment and lifting operations
Lot No: 4
II.2.2)Additional CPV code(s)
73000000
76000000
76100000
76200000
II.2.3)Place of performance
NUTS code: NO043
II.2.4)Description of the procurement:
The work can include assistance in the following areas:
Assessment and qualification of completed technical lifting analyses, including an assessment of prerequisites, methodology and results.
Set-up arrangements for evacuations and rescue appliances.
Assessment and qualification of proposed systems and completed analyses within cranes/lifts.
Execution of operational and technical safety assessments of proposed concepts and analyses within cranes/lifts.
Execution of inspections and investigations within crane and lifting operations.
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: 1 900 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 02/01/2018
End: 31/12/2020
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:
Option for an extension for 1 year + 1 year.
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
See the tender documentation.
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:
The tenderer shall be a legally established company.
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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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: 04/09/2017
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: 30/10/2017
IV.2.7)Conditions for opening of tenders
Date: 04/09/2017
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
Execution of mini-competitions in the contract period.
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
See the Requirement Specifications in Annex 1.
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:
07/07/2017