Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
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.6)Main activity
Railway services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
UV21 Property inspections, settlement measurements, noise and vibration measurements
Reference number: 201726965
II.1.2)Main CPV code
51000000
II.1.3)Type of contract
Services
II.1.4)Short description:
Property inspections, settlement measurements and noise and vibration measurements shall be carried out for development projects for a new railway between Nykirke —Barkåker and Drammen — Kobbervikdalen.
Tenderers can submit a tender for all of UV21(a+b) or for only UV21a or for only UV21b.
UV21a Property inspections and settlement measurements.
UV21b Noise and vibration measurements.
The tender evaluation will result in either a contract being signed with one tenderer for the entire extent, UV21 (a+b), or two contracts with two tenderers for UV21a and UV21b respectively.
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)
71000000
II.2.3)Place of performance
NUTS code: NO
II.2.4)Description of the procurement:
Property inspections, settlement measurements and noise and vibration measurements shall be carried out for development projects for a new railway between Nykirke —Barkåker and Drammen — Kobbervikdalen.
Tenderers can submit a tender for all of UV21(a+b) or for only UV21a or for only UV21b.
UV21a Property inspections and settlement measurements.
UV21b Noise and vibration measurements.
The tender evaluation will result in either a contract being signed with 1 tenderer for the entire extent, UV21 (a+b), or 2 contracts with 2 tenderers for UV21a and UV21b respectively.
The aim of the property inspections is to document the condition of properties before site work starts in the area. Later inspections could also be required after notifications of damages during the site work. The aim of the settlement measurements is to document whether there is ongoing settlement in the area before the site work starts and any settlement that occurs as a result of the site work. Noise and vibration limits will be set in order to take care the relationship with the surroundings. The measurements will be used to check that the set limits are complied with and to document the actual values during the site work.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Expertise and implementation / Weighting: 10 %
Quality criterion - Name: The quality of the offered equipment/systems / Weighting: 15 %
Cost criterion - Name: Offered prices / Weighting: 75 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 15/06/2018
End: 31/12/2025
This contract is subject to renewal: yes
Description of renewals:
Length: 2025, with an option to extend the contract(s) for up to one year at a time until the projects are completed.
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: 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:
See the tender documentation.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
See the tender documentation.
Minimum level(s) of standards possibly required:
See the tender documentation.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
See the tender documentation.
Minimum level(s) of standards possibly required:
See the tender documentation.
III.1.4)Objective rules and criteria for participation
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
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
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: 04/04/2018
Local time: 14:00
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
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
Bane NOR
Tønsberg
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:
28/02/2018