loading
  • NO-0155 Oslo
  • 04.04.2018
  • Ausschreibung
  • (ID 2-294206)

UV21 Property inspections, settlement measurements, noise and vibration measurements


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 04.04.2018, 14:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Gebäudetyp Verkehr
    Art der Leistung Kontrolle, Monitoring / Studien, Gutachten / Dokumentation / Schallschutz, Raumakustik / Immissionsschutz
    Sprache Norwegisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren NO-0155 Oslo
    TED Dokumenten-Nr. 95158-2018

  • Anzeigentext Ausschreibung

    maximieren

    • Norway-Oslo: Installation services (except software)

      2018/S 043-095158

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Bane NOR SF
      917 082 308
      Stortorvet 7
      Oslo
      0155
      Norway
      Contact person: Kristin Andresen
      Telephone: +47 22455000
      E-mail: MjE1Ul9VXGNaMVNSX1ZfYGMfX2A=
      NUTS code: NO

      Internet address(es):

      Main address: http://www.banenor.no

      Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/48964

      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=204193&B=BANENOR
      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=204193&B=BANENOR
      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
    © 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 02.03.2018
Zuletzt aktualisiert 02.03.2018
Wettbewerbs-ID 2-294206 Status Kostenpflichtig
Seitenaufrufe 65