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
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 service for energy.
Reference number: 16/442
II.1.2)Main CPV code
73220000
II.1.3)Type of contract
Services
II.1.4)Short description:
OED sometimes needs to carry out assessments of and have assistance with work on energy and political energy market problems. OED can require external assistance at such times. A high professional level will be important within energy and energy market analyses, work on energy and market models, as well as expertise in socio-economic analyses. Experience from major review assignments and good insight in different technical and economic qualities in the Norwegian energy system will also be an advantage.
See annex 1 of the contract for further details on the assignment (General description of the services within the framework agreement).
II.1.5)Estimated total value
Value excluding VAT: 5 200 000.00 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)
71314000
71314200
II.2.3)Place of performance
NUTS code: NO011
Main site or place of performance:
II.2.4)Description of the procurement:
OED sometimes needs to carry out assessments of and have assistance with work on energy and political energy market problems. OED can require external assistance at such times. A high professional level will be important within energy and energy market analyses, work on energy and market models, as well as expertise in socio-economic analyses. Experience from major review assignments and good insight in different technical and economic qualities in the Norwegian energy system will also be an advantage.
See annex 1 of the contract for further details on the assignment (General description of the services within the framework agreement).
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: 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:
The framework agreement will be signed as soon as possible and it will be valid for 2 years from when the contract is signed, with an option to extend for a further 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
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:
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
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
Envisaged maximum number of participants to the framework agreement: 4
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: 15/09/2017
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
IV.2.7)Conditions for opening of tenders
Date: 15/09/2017
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.4.2)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:
11/08/2017