loading
  • NO-5020 Bergen
  • 27.10.2017
  • Ausschreibung
  • (ID 2-278440)

D61-08 Framework agreement for independent checks.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 27.10.2017, 14:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Art der Leistung Bauleistung / allgemeine Beratungsleistungen / Bodenmechanik, Erd-/ Grundbau
    Sprache Norwegisch
    Aufgabe
    This competition is for participation in a competition for consultants for independent checks of engineering design services and execution in accordance with central regulations. The framework agreement shall include the following disciplines:
    — Building physics, including airtightness,
    — Construction safety,
    — Geotechnics, including tunnel safety,
    — Fire safety.
    In addition, the checks shall cover the following areas in accordance with local or municipal requirements:
    — Engineering Geology (inspecting cuttings),
    — Installation inspections (water and sewage pipes exceeding 150 mm),
    — Universal design.
    Tenderers are required to have qualifications equivalent to what is required in central certification.
    Estimated contract volume: Based on previous figures, the contract value is estimated to be between 3 000 000 - 4 000 000 NOK over the course of the framework agreement.
    See Annex A, Work Description, for further information on the scope and content of the contract.
    Leistungsumfang
    This tender documentation is for participation in a competition for consultants for independent checks of engineering design services and execution in accordance with central regulations. The framework agreement shall include the following disciplines:
    — Building physics, including airtightness,
    — Construction safety,
    — Geotechnics, including tunnel safety,
    — Fire safety.
    In addition, the checks shall cover the following areas in accordance with local or municipal requirements:
    — Engineering Geology (inspecting cuttings),
    — Installation inspections (water and sewage pipes exceeding 150 mm),
    — Universal design.
    Tenderers are required to have qualifications equivalent to what is required in central certification.
    Estimated contract volume: Based on previous figures, the contract value is estimated to be between 3 000 000 - 4 000 000 NOK over the course of the framework agreement.
    See Annex A, Work Description, for further information on the scope and content of the contract.
    Adresse des Bauherren NO-5020 Bergen
    TED Dokumenten-Nr. 371728-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      Norway-Bergen: Engineering works and construction works

      2017/S 181-371728

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Hordaland fylkeskommune
      938 626 367
      postboks 7900
      Bergen
      5020
      Norway
      E-mail: MjE4UGdQT1xTXC5WVFkcXF0=
      NUTS code: NO051

      Internet address(es):

      Main address: https://www.hordaland.no/bybanen-utbygging

      Address of the buyer profile: https://kgv.doffin.no/ctm/Company/CompanyInformation/Index/3615

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://anskaffingar.hfk.no/Avantra/Customer/Hordaland/Modules/Purchase/Published/
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://anskaffingar.hfk.no/Avantra/Customer/Hordaland/Modules/Purchase/Published/
      Tenders or requests to participate must be submitted to the abovementioned address
      I.6)Main activity
      Other activity: transport

      Section II: Object

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

       

      D61-08 Framework agreement for independent checks.

       

      Reference number: 2017-588345
      II.1.2)Main CPV code
      45220000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      This competition is for participation in a competition for consultants for independent checks of engineering design services and execution in accordance with central regulations. The framework agreement shall include the following disciplines:

      — Building physics, including airtightness,

      — Construction safety,

      — Geotechnics, including tunnel safety,

      — Fire safety.

      In addition, the checks shall cover the following areas in accordance with local or municipal requirements:

      — Engineering Geology (inspecting cuttings),

      — Installation inspections (water and sewage pipes exceeding 150 mm),

      — Universal design.

      Tenderers are required to have qualifications equivalent to what is required in central certification.

      Estimated contract volume: Based on previous figures, the contract value is estimated to be between 3 000 000 - 4 000 000 NOK over the course of the framework agreement.

      See Annex A, Work Description, for further information on the scope and content of the contract.

       

      II.1.5)Estimated total value
      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)
      71240000
      71300000
      71310000
      71311000
      71318000
      71330000
      71332000
      71336000
      II.2.3)Place of performance
      NUTS code: NO051
      Main site or place of performance:

       

      Bergen.

       

      II.2.4)Description of the procurement:

       

      This tender documentation is for participation in a competition for consultants for independent checks of engineering design services and execution in accordance with central regulations. The framework agreement shall include the following disciplines:

      — Building physics, including airtightness,

      — Construction safety,

      — Geotechnics, including tunnel safety,

      — Fire safety.

      In addition, the checks shall cover the following areas in accordance with local or municipal requirements:

      — Engineering Geology (inspecting cuttings),

      — Installation inspections (water and sewage pipes exceeding 150 mm),

      — Universal design.

      Tenderers are required to have qualifications equivalent to what is required in central certification.

      Estimated contract volume: Based on previous figures, the contract value is estimated to be between 3 000 000 - 4 000 000 NOK over the course of the framework agreement.

      See Annex A, Work Description, for further information on the scope and content of the contract.

       

      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: no
      II.2.9)Information about the limits on the number of candidates to be invited
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Options for 2+2+2 years.

       

      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:

       

      Requirement:

      The tenderer must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT).

      Documentation requirement:

      Tax certificate not older than 6 months calculated from the tender deadline. A Tax Certificate is defined as:

      For Norwegian tenderers:

      — Tax and VAT certificate issued by the tax office via Altinn.

      For foreign tenderers:

      — Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issue these certificates, the tenderer should submit a statement which states that all taxes and duties have been paid. The statement shall be approved and signed by the tenderer's Financial Director / person responsible for finance.

      Requirement:

      Tenderers shall be a legally established company.

      Documentation requirement:

      Norwegian tenderers:

      — Company Registration Certificate.

      The contracting authority will download this directly from the Brønnøysund Register Centre.

      Foreign tenderers:

      — Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      Requirement:

      Tenderers shall have sufficient financial strength to be able to fulfil the contract.

      Documentation requirement:

      The tenderer's annual financial statements, including notes and the management and audit reports for 2015 and 2016.

      If the Annual Financial Statements for the last year are not finished before the tender deadline for this contest expires, the last year's preliminary annual accounts should also be attached.

      The contracting authority reserves the right to carry out a credit assessment through an external company. Financial strength is evaluated in relation to turnover, operating profit margin, solidity and liquidity.

      The above mentioned information shall also be provided for any parent company.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      Requirement:

      Relevant experience from similar assignments/contracts.

      Documentation requirement:

      Description of the company's most important relevant deliveries in the last 3 years. The attached template shall be used (Annex 5). The reference description must include sufficient information to assess the relevance for this assignment.

      The contracting authority shall be able to contact the reference person.

      Requirement:

      Good implementation ability.

      Documentation requirement:

      The implementation ability shall be described:

      — A brief and general description of the company,

      — A self-declaration on capacity (Annex 6),

      — Qualifications must be documented either by enclosing proof of central certification or an account substantiating that the company will be granted local certification. The same applies to any sub-suppliers and collaboration partners.

      The following disciplines and development classes must be documented:

      — General responsibility for inspections,

      — Building physics (2 and 3, pro and utf),

      — Construction safety (2 and 3, pro and utf),

      — Geotechnics (2 and 3, pro and utf),

      — Fire safety (2 and 3, pro).

      Requirement:

      Quality assurance system

      Documentation requirement:

      Tenderers shall enclose confirmation of ISO 9001 or equivalent certification, or a short account of the company's quality assurance system. Maximum 2 A4 pages.

       

      III.1.4)Objective rules and criteria for participation
      List and brief description of rules and criteria:

       

      All tenderers who fulfil qualification requirements will be invited to submit tenders.

       

      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:
      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      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
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Negotiated procedure with prior call for competition
      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: 2
      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.1.6)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: 27/10/2017
      Local time: 14:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 06/11/2017
      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: 31/01/2018
      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
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Hordaland fylkeskommune v/Bybanen Utbygging
      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:
      19/09/2017
    © 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 21.09.2017
Zuletzt aktualisiert 21.09.2017
Wettbewerbs-ID 2-278440 Status Kostenpflichtig
Seitenaufrufe 36