loading
  • NO-5817 Bergen
  • 31.05.2018
  • Ausschreibung
  • (ID 2-299103)

18/01060 — Procurement of design / engineering design of a new coastal research vessel


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 31.05.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Design / Objektplanung Verkehrsanlagen
    Sprache Norwegisch
    Aufgabe
    The background for this procurement is that the government has decided to allocate money to the design and construction of a new coastal research vessel in the national budget for 2017/2018. This is part of the follow up of Havforsknings instituttets [the Norwegian Institute of Marine Research’s] report nº 17/2015 — Review of.
    The Norwegian Institute of Marine Research’s future infrastructure need for the collection of marine data, where the need for a new coastal research vessel is highlighted as one of the needs.
    The Norwegian Institute of Marine Research has received the task of initiating and implementing the procurement of a new coastal research vessel.
    It has been decided that the procurement of a new coastal research vessel shall be divided into 2 procurements, 1 procurement for design (design contract) and 1 procurement for construction, equipping, testing and delivery of the vessel (Ship Building Contract). This procurement comprises only procurement of design / engineering design of a new coastal research vessel.
    Leistungsumfang
    The Norwegian Institute of Marine Research shall procure the design / engineering design of a new coastal research vessel.
    The objective of the procurement is to develop a design (initial design) for a new coastal research vessel in accordance with set requirements in the prepared functional requirement specification, cfr. Annex 1: Functional Requirement Specification.
    “Initial design” means the vessel arrangement, dimensions, form, type and construction and which describes the vessel in sufficient detail that the shipyard can calculate the price and delivery time, and submit binding offers on construction, building, equipment, testing and delivery of a new coastal research vessel.
    Thus the procurement concerns preparation of design up until the Notice of a competition for the procurement of a ship building contract with a shipyard, including:
    — concept evaluation and review of function requirement specification (Annex 1),
    — investigation, evaluation and selection of different design solutions,
    — preparation and further development of General arrangement based on Annex 1: Functional Requirement Specification,
    — preparation of detailed building specification in accordance with SFI group system, based on Annex 1: Functional Requirement Specification, where characteristics, capacities and other requirements of the vessel are specified,
    — technical shipping calculations, stability, resistance, etc,
    — preparation of preliminary layout drawings,
    — preparation of hull drawings (‘main class drawings’),
    — 3D illustration of vessel and room solutions,
    — implementation of model test (option),
    — general project management, journeys, meetings, document processing etc,
    — definition of “construction documentation”, i.e. specification of the scope of the drawing deliveries and other design documentation that the tenderer is obligated to prepare and deliver in the role of a subcontractor to the the shipyard in accordance with a separate contract between the tenderer (designer) and the shipyard. The construction documentation (design delivery), that shall be delivered by the tenderer to the shipyard under a separate contract, shall include all drawings and technical documentation that is necessary for construction, building, furnishing and equipment of a new coastal research vessel, refer to the attached tender documentation.
    The prepared design as stated above will be part of the tender documents for the Notice of a competition for the procurement of a contract for building, equipping, testing and delivery of the vessel (Ship Building Contract).
    Adresse des Bauherren NO-5817 Bergen
    TED Dokumenten-Nr. 166045-2018

  • Anzeigentext Ausschreibung

    maximieren

    • Norway-Bergen: Architectural, engineering and planning services

      2018/S 074-166045

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Havforskningsinstituttet
      971349077
      Postboks 1870 Nordnes
      Bergen
      5817
      Norway
      Contact person: Dan Inge Mjelde
      Telephone: +47 40064599
      E-mail: MjE3U1BdHVhdVlQdXFlUW1NUL1hcYR1dXg==
      NUTS code: NO

      Internet address(es):

      Main address: https://permalink.mercell.com/84079144.aspx

      Address of the buyer profile: http://www.hi.no/

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/84079144.aspx
      Additional information can be obtained from another address:
      Mercell Norge AS
      Karihaugveien 89
      Oslo
      1086
      Norway
      E-mail: MTVucGtram1vO2hgbV5gZ2cpXmpo
      NUTS code: NO

      Internet address(es):

      Main address: https://permalink.mercell.com/84079144.aspx

      Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/84079144.aspx
      I.4)Type of the contracting authority
      Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5)Main activity
      Other activity: Government Institute

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      18/01060 — Procurement of design / engineering design of a new coastal research vessel

       

      Reference number: 18/01060
      II.1.2)Main CPV code
      71240000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The background for this procurement is that the government has decided to allocate money to the design and construction of a new coastal research vessel in the national budget for 2017/2018. This is part of the follow up of Havforsknings instituttets [the Norwegian Institute of Marine Research’s] report nº 17/2015 — Review of.

      The Norwegian Institute of Marine Research’s future infrastructure need for the collection of marine data, where the need for a new coastal research vessel is highlighted as one of the needs.

      The Norwegian Institute of Marine Research has received the task of initiating and implementing the procurement of a new coastal research vessel.

      It has been decided that the procurement of a new coastal research vessel shall be divided into 2 procurements, 1 procurement for design (design contract) and 1 procurement for construction, equipping, testing and delivery of the vessel (Ship Building Contract). This procurement comprises only procurement of design / engineering design of a new coastal research vessel.

       

      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)
      79930000
      79933000
      71300000
      71318000
      71333000
      71336000
      II.2.3)Place of performance
      NUTS code: NO051
      II.2.4)Description of the procurement:

       

      The Norwegian Institute of Marine Research shall procure the design / engineering design of a new coastal research vessel.

      The objective of the procurement is to develop a design (initial design) for a new coastal research vessel in accordance with set requirements in the prepared functional requirement specification, cfr. Annex 1: Functional Requirement Specification.

      “Initial design” means the vessel arrangement, dimensions, form, type and construction and which describes the vessel in sufficient detail that the shipyard can calculate the price and delivery time, and submit binding offers on construction, building, equipment, testing and delivery of a new coastal research vessel.

      Thus the procurement concerns preparation of design up until the Notice of a competition for the procurement of a ship building contract with a shipyard, including:

      — concept evaluation and review of function requirement specification (Annex 1),

      — investigation, evaluation and selection of different design solutions,

      — preparation and further development of General arrangement based on Annex 1: Functional Requirement Specification,

      — preparation of detailed building specification in accordance with SFI group system, based on Annex 1: Functional Requirement Specification, where characteristics, capacities and other requirements of the vessel are specified,

      — technical shipping calculations, stability, resistance, etc,

      — preparation of preliminary layout drawings,

      — preparation of hull drawings (‘main class drawings’),

      — 3D illustration of vessel and room solutions,

      — implementation of model test (option),

      — general project management, journeys, meetings, document processing etc,

      — definition of “construction documentation”, i.e. specification of the scope of the drawing deliveries and other design documentation that the tenderer is obligated to prepare and deliver in the role of a subcontractor to the the shipyard in accordance with a separate contract between the tenderer (designer) and the shipyard. The construction documentation (design delivery), that shall be delivered by the tenderer to the shipyard under a separate contract, shall include all drawings and technical documentation that is necessary for construction, building, furnishing and equipment of a new coastal research vessel, refer to the attached tender documentation.

      The prepared design as stated above will be part of the tender documents for the Notice of a competition for the procurement of a contract for building, equipping, testing and delivery of the vessel (Ship Building Contract).

       

      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: 19/06/2018
      End: 02/07/2018
      This contract is subject to renewal: yes
      Description of renewals:

       

      The above given start and end dates are tentative dates for contract award notification and contract signing. The contract applies from signing of the contract until the parties have honoured all of their obligations in accordance with the contract, see the tender documentation Appendix 3 — Standard Contract with Annex.

       

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

       

      There is an option for the implementation of model test, see the attached tender documentation. The Contracting Authority is free to decide exercising of the above named option.

       

      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

       

      See the tender documentation for more detailed 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:

      Mandatory Requirement: the tenderer must have submitted tax imposed duties to the tax authorities and paid VAT, tax and employer contribution. It is a requirement that the tenderer must not have arrears for payments of VAT, tax and employer contribution. If the tax certificates show arrears, justification must be enclosed, as well as an approved repayment plan authorised by the tax authorities.

      Documentation requirement:

      — the selected tenderer shall deliver a tax certificate for VAT and a tax certificate for tax, issued via Altinn, the Tax Office or the Tax Collection Office. This requirement only applies to Norwegian tenderers,

      — the tax certificate shall not be more than 6 months, from the tender deadline.

      Company Registration Certificate:

      The supplier shall be a legally established company and registered in a trade register, commerce register or company register as mandated in the law in the country where the supplier is established.

      Documentation requirement:

      — norwegian companies: company registration certificate from the Register of Business Enterprises,

      — foreign companies: verification that the company is registered in a trade index, commerce register or business register as specified in the legislation of the country in which the company is established.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      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:

       

      Standard service contract with / appendix will apply for this procurement, see the tender documentation Annex 3.

       

      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
      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: 31/05/2018
      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: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 31/05/2018
      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
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      See the tender documentation and annexes.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Klagenemnda for offentlige anskaffelser
      Postboks 511 Sentrum
      Bergen
      5805
      Norway
      Telephone: +47 55193000
      E-mail: MTFvbnJzP2ptcmQtbW4=

      Internet address:https://kofa.no/

      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:
      16/04/2018
    © 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 17.04.2018
Zuletzt aktualisiert 17.04.2018
Wettbewerbs-ID 2-299103 Status Kostenpflichtig
Seitenaufrufe 40