loading
  • NO Brumunddal
  • 10.11.2017
  • Ausschreibung
  • (ID 2-280857)

17/4191 Framework agreement for consultancy services.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 10.11.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Objektplanung Gebäude / Objektplanung Freianlagen / Vermessung / Objektplanung Innenräume / Studien, Gutachten / Kostenmanagement / Ausschreibung, Vergabe / Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen / Objektplanung Verkehrsanlagen / Schallschutz, Raumakustik / Umweltverträglichkeitsstudie / Energieplanung/ -beratung / Technische Ausrüstung / Sicherheits-/ Gesundheitsschutz / Brandschutz / Objektplanung Ver-/ Entsorgung / Objektplanung Ingenieurbauwerke / Tragwerksplanung / Bodenmechanik, Erd-/ Grundbau / Stadt-/ Gebietsplanung / Projektsteuerung / Kontrolle, Monitoring
    Sprachen Englisch, Norwegisch
    Aufgabe
    The aim of the procurement is to ensure that the Contracting Authority has access to consultants with the correct competence, at the correct price, when required. Consultancy services are mainly needed in the Contracting Authority's building and property entity, technical operations entity and the planning section for their activities, which include, amongst other things, developing, maintaining and further developing the municipality's properties and infrastructure. The Contracting Authority would like to split the procurement up into two types of contracts. Firstly, the Contracting Authority would like to enter into framework agreements with Tenderers who have competence to carry out assignments comprising of several disciplines within consultancy services (Framework Agreement Type 1). Furthermore, the Contracting Authority would like to enter into framework agreements with Tenderers who are specialists in individual disciplines within consultancy services (Framework Agreement Type 2). Tenders can be submitted for one or both framework agreements.
    Leistungsumfang
    2.3 Number and type of framework agreements
    2.3.1 Framework agreements that cover consultancy services for several disciplines (Framework Agreement Type 1)
    The Contracting Authority will enter into parallel framework agreements with 3-5 tenderers who can carry out assignments that comprise several disciplines within consultancy services, provided that there are a sufficient number of suitable tenderers and tenders. These framework agreements will hereafter be referred to as ‘Framework Agreement Type 1’.
    See Annex 1 Information on the framework agreement and the contracting authority's requirements for deliveries, point 3.1 for the disciplines that Tenderers must have competence in, in order to fulfil the Contracting Authority's requirement specifications for this framework agreement.
    2.3.2 Framework agreements that comprise consultancy services for one discipline (Framework Agreement Type 2)
    The Contracting Authority would like to enter into framework agreements with Tenderers who can carry out assignments that require consultancy services within one single discipline. The Contracting Authority will enter into a framework agreement with one Tenderer per requested discipline. These framework agreements will hereafter be referred to as ‘Framework Agreement Type 2’.
    The requested disciplines for Framework Agreement 2 are stated in Annex 1 Information on the framework agreement and the contracting authority's requirements for deliveries, point 3.2.
    Adresse des Bauherren NO-Brumunddal
    TED Dokumenten-Nr. 408644-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Norway-Brumunddal: Architectural, construction, engineering and inspection services

      2017/S 198-408644

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Ringsaker kommune
      864 950 582
      Brumunddal
      Norway
      Contact person: Ann Marit Holumsnes
      Telephone: +47 62335000
      E-mail: MjEyVWJcYzRmXWJbZ1VfWWYiX2NhYWliWSJiYw==
      NUTS code: NO021

      Internet address(es):

      Main address: www.ringsaker.kommune.no

      Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/244487

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=195802&B=KGVLIGHT
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=195802&B=KGVLIGHT
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

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

       

      17/4191 Framework agreement for consultancy services.

       

      Reference number: 17/4191
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The aim of the procurement is to ensure that the Contracting Authority has access to consultants with the correct competence, at the correct price, when required. Consultancy services are mainly needed in the Contracting Authority's building and property entity, technical operations entity and the planning section for their activities, which include, amongst other things, developing, maintaining and further developing the municipality's properties and infrastructure. The Contracting Authority would like to split the procurement up into two types of contracts. Firstly, the Contracting Authority would like to enter into framework agreements with Tenderers who have competence to carry out assignments comprising of several disciplines within consultancy services (Framework Agreement Type 1). Furthermore, the Contracting Authority would like to enter into framework agreements with Tenderers who are specialists in individual disciplines within consultancy services (Framework Agreement Type 2). Tenders can be submitted for one or both framework agreements.

       

      II.1.5)Estimated total value
      Value excluding VAT: 92 000 000.00 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)
      71200000
      71221000
      71222000
      71222100
      71222200
      71223000
      71240000
      71241000
      71242000
      71243000
      71244000
      71245000
      71246000
      71247000
      71248000
      71250000
      71251000
      71300000
      71310000
      71311000
      71311100
      71311210
      71311300
      71312000
      71313000
      71313100
      71313200
      71313400
      71313410
      71313420
      71313430
      71314000
      71314300
      71315100
      71315200
      71315210
      71315300
      71315400
      71317000
      71317100
      71318000
      71320000
      71321000
      71321200
      71321300
      71321400
      71322000
      71322200
      71322500
      71323200
      71325000
      71327000
      71328000
      71330000
      71332000
      71334000
      71351000
      71351200
      71351900
      71400000
      71410000
      71420000
      71500000
      71530000
      71540000
      71541000
      71631300
      71631400
      71800000
      II.2.3)Place of performance
      NUTS code: NO021
      Main site or place of performance:

       

      Ringsaker municipality.

       

      II.2.4)Description of the procurement:

       

      2.3 Number and type of framework agreements

      2.3.1 Framework agreements that cover consultancy services for several disciplines (Framework Agreement Type 1)

      The Contracting Authority will enter into parallel framework agreements with 3-5 tenderers who can carry out assignments that comprise several disciplines within consultancy services, provided that there are a sufficient number of suitable tenderers and tenders. These framework agreements will hereafter be referred to as ‘Framework Agreement Type 1’.

      See Annex 1 Information on the framework agreement and the contracting authority's requirements for deliveries, point 3.1 for the disciplines that Tenderers must have competence in, in order to fulfil the Contracting Authority's requirement specifications for this framework agreement.

      2.3.2 Framework agreements that comprise consultancy services for one discipline (Framework Agreement Type 2)

      The Contracting Authority would like to enter into framework agreements with Tenderers who can carry out assignments that require consultancy services within one single discipline. The Contracting Authority will enter into a framework agreement with one Tenderer per requested discipline. These framework agreements will hereafter be referred to as ‘Framework Agreement Type 2’.

      The requested disciplines for Framework Agreement 2 are stated in Annex 1 Information on the framework agreement and the contracting authority's requirements for deliveries, point 3.2.

       

      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: 92 000 000.00 NOK
      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.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      The framework agreements will be signed for two years, with an option for the Contracting Authority for a one year extension at a time for up to two years, to a total maximum of four years. Notification on an extension shall be given in writing within three months of the contract period expiring. The right to extend is unilateral for the contracting authority.

       

      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

       

      Framework Agreement Type 1: See Annex 1, point 3.1 for details on which disciplines Tenderers must have competence in, in order to fulfil the Contracting Authority's requirement specifications for this framework agreement.

      Framework Agreement Type 2: The Contracting Authority will enter into a framework agreement with one Tenderer per requested discipline. The requested disciplines for Framework Agreement 2 are stated in Annex 1, point 3.2.

       

      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:

       

      Tenderers shall be registered in a company register, professional register or a trade register in the country where the tenderer is established.

      Documentation Requirement: 1. Norwegian tenderers: Company Registration Certificate

      2. Foreign companies: Verification showing that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.

       

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

       

      The tenderer must have sufficient economic and financial capacity to be able to comply with the contractual regulations.

      Documentation requirement: The contracting authority shall conduct its own independent assessment of the tenderer's financial soundness. The assessment will be conducted in collaboration with a credit rating agency. The Contracting Authority uses Credit Easy for credit rating and tenderers must have grade 3 (credit worthy) or higher to be qualified.

      The Contracting Authority reserves the right to carry out a credit rating of stated sub-suppliers. Tenderers must present an overview of sub-suppliers that will be used.

      Recently established companies will be assessed separately. Newly established companies are obliged to enclose the necessary information so that the contracting authority can assess the company's economic and financial capacity.

       

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

       

      Tenderers shall have a quality assurance system suitable for the delivery. Documentation requirement: A description of the tenderer's methods for quality assurance. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certification, it is sufficient to enclose a copy of the valid certificate ISO 9001 or equivalent quality assurance certificate cf. FOA § 16-7 (1), cf. (3).

      2. Tenderers shall have an environment management system suitable for the delivery. Documentation requirement: A description of the tenderer's environment management system or environment management standards. If a tenderer has a certificate issued by independent bodies, e.g. ISO 14001 or EMAS, it is sufficient to enclose a copy of the valid certificate, cf. FOA § 16-7 (2), cf. (3).

       

      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:

       

      After a framework agreement has been signed following this competition, the main rule is that the framework agreement shall be used. The Contracting Authority reserves the right to go outside the framework agreement for individual procurements over 200 000 ΝΟΚ if required. In cases where this is done, the procurement shall be made in accordance with the law and regulations for public procurements or the law and regulations for procurement rules in the utilities sector.

      See the framework agreement Annex 5 Administrative Terms for further details on how call-offs will be made within the framework agreement.

       

      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: 11
      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: 10/11/2017
      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:
      English, Norwegian
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 4 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 10/11/2017
      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
      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
      Ringsaker kommune
      Brumunddal
      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:
      12/10/2017
    © 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 16.10.2017
Zuletzt aktualisiert 16.10.2017
Wettbewerbs-ID 2-280857 Status Kostenpflichtig
Seitenaufrufe 48