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
Other activity: Roads, water, sewage, environment and nature
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Consultancy services within roads, water, sewage, environment, and nature.
Reference number: 18/475
II.1.2)Main CPV code
71800000
II.1.3)Type of contract
Services
II.1.4)Short description:
Consultancy services within roads, water, sewage, environment, and nature.
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)
II.2.3)Place of performance
NUTS code: NO022
NUTS code: NO
Main site or place of performance:
II.2.4)Description of the procurement:
Consultancy services within roads, water, sewage, environment, and nature.
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
Start: 14/05/2018
End: 14/05/2022
This contract is subject to renewal: yes
Description of renewals:
The framework agreement shall be valid for 4 years, with an option for an extension for 1 year at a time up to a total length of maximum 8 years.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
See the tender documentation.
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
List and brief description of rules and criteria:
See the tender documentation.
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
See the tender documentation.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See the tender documentation.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See the tender documentation.
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
See the tender documentation.
III.2.2)Contract performance conditions:
See the tender documentation.
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 3
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: 14/04/2018
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
Date: 14/04/2018
Local time: 14:00
Place:
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.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
See the tender documentation.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
13/03/2018