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
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Annual monitoring of lakes and rivers in the Jæren water area in 2018 (2019-2021).
Reference number: 18/276
II.1.2)Main CPV code
90711500
II.1.3)Type of contract
Services
II.1.4)Short description:
The municipalities in the Jæren water area have had joint annual monitoring of the Jæren waterways since 2004. Annual monitoring reports are issued that present data from the entire measurement period. The monitoring reports can be downloaded at www.vannportalen.no/rogaland, under Jæren water area. The last monitoring report for 2017 will be available on the water area’s homepage as soon as it is completed and approved. A joint long term monitoring program has been prepared for the Jæren water area, including monitoring in lakes and rivers/streams.
See the tender documentation for a more detailed description.
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)
90711500
II.2.3)Place of performance
NUTS code: NO043
II.2.4)Description of the procurement:
The municipalities in the Jæren water area have had joint annual monitoring of the Jæren waterways since 2004. Annual monitoring reports are issued that present data from the entire measurement period. The monitoring reports can be downloaded at www.vannportalen.no/rogaland, under Jæren water area. The last monitoring report for 2017 will be available on the water area’s homepage as soon as it is completed and approved. A joint long term monitoring program has been prepared for the Jæren water area, which includes monitoring in lakes and rivers/streams:
— monitoring of rivers/creeks shall first and foremost be biological monitoring. Chemical monitoring of rivers/creeks has its origins in the joint monitoring program. The municipalities that choose to continue with this, must organise and finance this monitoring themselves,
— all lakes with clarified needs for municipal initiative, and where measures are set in place in one form or another, shall be included, and at a minimum be monitored once during the initiative period,
— where initiatives are carried out in river water, the most sensitive biological quality element should be monitored twice during the initiative period (6 years). The assignment with options concerns monitoring of a total of 18 lakes over a 4 year period (Tab. 1), biological monitoring in 11 rivers (Tab. 2), over a 4 year period and additional reporting and assessment of water chemical data from the results of national and municipal monitoring programmes in rivers.
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: 12
This contract is subject to renewal: yes
Description of renewals:
The contracting authority has the option to extend the contract for 1 year at a time from 2019 - 2021.
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
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:
Tax certificate company registration certificate.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
The qualification requirements are described in the tender documentation.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
The qualification requirements are described in the tender documentation.
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
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: 14/03/2018
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
Duration in months: 2 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 14/03/2018
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.4.1)Review body
Klepp kommune
Kleppe
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:
13/02/2018