loading
  • NO-4891 Grimstad
  • 16.04.2018
  • Ausschreibung
  • (ID 2-292745)

Procurement of surveying services (framework agreement with one (1) tenderer).


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 16.04.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Vermessung
    Sprache Norwegisch
    Aufgabe
    Grimstad kommune [Grimstad Municipality], hereafter called the contracting authority, hereby invites tenderers to an open tender competition in connection with the procurement of the following services:
    — general surveying services and field work for real estate,
    — surveying businesses,
    — assist with entering into the land register.
    The contract’s combined value is assessed to be up to NOK 10 000 000 excluding VAT. Including options.
    Leistungsumfang
    All aspects of surveying services for the collection and release of measurement data for real estate. The work comprises administrative and implementation preparations, surveying and measuring-in, as well as necessary after-works related to these actions.
    For further information, see Section III, Annex 1, Requirement Specification.
    Adresse des Bauherren NO-4891 Grimstad
    TED Dokumenten-Nr. 73146-2018

  • Anzeigentext Ausschreibung

    maximieren

    • Norway-Grimstad: Surveying services

      2018/S 033-073146

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Grimstad kommune
      864 964 702
      Postboks 123
      Grimstad
      4891
      Norway
      Contact person: Øyvind Takle
      Telephone: +47 37250406
      E-mail: 
      MjEyY21qXWJYImhVX2BZNFtmXWFnaFVYIl9jYWFpYlkiYmM=
      NUTS code: NO041

      Internet address(es):

      Main address: http://www.grimstad.kommune.no

      Address of the buyer profile: https://kgv.doffin.no/ctm/Company/CompanyInformation/Index/2255

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/159853
      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:

       

      Procurement of surveying services (framework agreement with one (1) tenderer).

       

      Reference number: 2017/8070
      II.1.2)Main CPV code
      71355000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Grimstad kommune [Grimstad Municipality], hereafter called the contracting authority, hereby invites tenderers to an open tender competition in connection with the procurement of the following services:

      — general surveying services and field work for real estate,

      — surveying businesses,

      — assist with entering into the land register.

      The contract’s combined value is assessed to be up to NOK 10 000 000 excluding VAT. Including options.

       

      II.1.5)Estimated total value
      Value excluding VAT: 10 000 000.00 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)
      71355000
      71355200
      II.2.3)Place of performance
      NUTS code: NO041
      II.2.4)Description of the procurement:

       

      All aspects of surveying services for the collection and release of measurement data for real estate. The work comprises administrative and implementation preparations, surveying and measuring-in, as well as necessary after-works related to these actions.

      For further information, see Section III, Annex 1, Requirement Specification.

       

      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: 10 000 000.00 NOK
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      Option: The contract can be extended for one year + one year.

       

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

       

      Option: The contract can be extended for one year + one 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:

       

      All tenderers shall deliver the European self declaration form “European Single Procurement Document (ESPD)” together with the tender offer, as preliminary documentation that the tenderer meets the qualification requirements and that there are no grounds for rejection, cf. the public procurement regulation § 17-1.

      The contracting authority has set up a self-declaration form [European Single Procurement Document (ESPD) that is available on Doffin/TED together with the tender documentation. The tenderer shall delivery a completed and signed ESPD form together with the tender offer.

      Requirement: Tenderers shall not have significant unsettled obligations regarding the payment of taxes and duties.

      Documentation Requirement: Tax certificate for tax and tax certificate for VAT.

      The certificates shall not be older than 6 months, from the tender deadline.

      Requirement: Company Registration Certificate: The tenderer shall be a legally registered company.

      Documentation Requirement: The tenderer shall enclose a certificate of registration in the branch register or company register as determined by the legislation in the country where the tenderer is established, e.g. the Brønnøysund Register Centre.

      Requirement: Use of sub-contractors. If the tenderer will use the capacity and competence of other companies to meet the qualification requirements, a commitment statement shall be attached that confirms that the tenderer has authority over the necessary resources. See the tender document, paragraph 3.2 for information.

      Documentation Requirement: Tenderer shall attach a signed commitment declaration.

       

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

       

      Requirement: Tenderers shall have sufficient economic and financial ability to fulfil the contract.

      The contracting authority will carry out an analysis of each tenderer´s financial and economic standing in order to clarify whether the minimum requirement for earnings, solidity and liquidity are fulfilled. The contracting authority uses the analysis tool www.bisnode.no

      The minimum ranking for requirements of earnings, solidity and liquidity is Bisnode's ranking ‘Satisfactory’ or better. The analysis will be based on the last available financial year that is in the analysis tool.

      Tenderers that do not satisfy the minimum requirement will be rejected from the competition.

      Documentation requirement: A credit rating based on the last known accounting figures from a public register. Tenderers who have approved annual financial statement for the last year from the accounting register / the Brønnøysund Register Centre, do not need to enclose a copy of the accounts or the auditor´s report when the tender offer is submitted.

      Companies who do not have annual accounts that appear in the analysis tool shall submit the available auditor approved annual accounts, as well as other documentation that proves that the company has sufficient financial ability to fulfil the contract.

      An auditor's report shall be included.

       

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

       

      Requirement: Experience. Tenderers shall have a minimum of 3 years experience with the delivery of property surveying services to municipal entities.

      Documentation Requirement: Tenderers shall provide an overview of assignments to municipal entities during the last 3 years. The overview shall show:

      1. Name of the municipal entity;

      2. Number of surveying businesses that have delivered annually to the municipal contracting authority;

      3. Number of hours work that is delivered per year to municipal contracting authorities;

      4. Name, telephone and email of the contact person at the individual municipal businesses.

      Requirement: Equipment. Tenderers shall have the use of equipment suitable for property surveying in accordance with the Law on Property Registration, LOV 17.6.2005 nº. 101 (Cadastral Law) with the last change 21.6.2017, and be able to deliver digital SOSI files of the latest system version.

      Documentation Requirement: Tenderers shall present an equipment list that shows which equipment that tenderer has the use of tenderers shall present documentation that shows which system version of SOSI files were delivered for the service.

      Requirement, quality system. The tenderer shall have a quality system that is quality tailored to the service that shall be delivered. The system shall be suitable to identify deviations, record deviations, treat deviation and close deviations.

      Documentation Requirement: Tenderers shall submit a description of how the service will be quality assured at the service provider, prior to delivery of documentation/work for the municipality.

      Requirement: Insurance. Tenderers shall at all times establish/have insurance that is sufficient to cover the requirements from the contracting authority or third party due to the tenderer’s responsibility or risk in accordance with the framework agreement.

      Documentation Requirement: Tenderers shall enclose a valid insurance certificate, stating that each requirement from the contracting authority or third party, due to the tenderer’s liability or risk in regard to the framework agreement is included in the insurance.

      Requirement: Vehicle License. Tenderer’s performing personnel shall have valid licenses for vehicles (class B).

      Documentation Requirement: Tenderers shall confirm this in the tender offer.

       

      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:

       

      See the attached competition and contract terms.

       

      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 a single operator
      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: no
      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: 16/04/2018
      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: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 16/04/2018
      Local time: 12:00
      Place:

       

      Grimstad. Opening of the tender offers will take place at a later date.

       

      Information about authorised persons and opening procedure:

       

      Opening of the tender offers will occur with two representatives present. Tender protocol will be followed.

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Grimstad kommune
      Postboks 123
      Grimstad
      4891
      Norway
      E-mail: 
      MjIwXFtfYFlbYGBNVyxTXlVZX2BNUBpXW1lZYVpRGlpb
      VI.4.2)Body responsible for mediation procedures
      Klagenemnda for offentlige anskaffelser
      Kofa, Postboks 439 Sentrum
      Bergen
      5805
      Norway
      E-mail: 
      MTNtbHBxPWhsY14ra2w=
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      All of the tenderers will receive written notification about the award of contract. The waiting period will be announced in the notification of the award of contract. A contract will be signed at the expiry of the waiting period. Any appeals will be responded to by an executive officer from Grimstad kommune before signing of the contract.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      15/02/2018
    © 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 16.02.2018
Zuletzt aktualisiert 16.02.2018
Wettbewerbs-ID 2-292745 Status Kostenpflichtig
Seitenaufrufe 56