loading
  • NO-0033 Oslo
  • 30.05.2018
  • Ausschreibung
  • (ID 2-300217)

Procurement of zoning plan for E16 and Vossebanen [the Voss Line] Arna-Stanghelle


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 30.05.2018, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3
    Gebäudetyp Städtebauliche Projekte / Verkehr
    Art der Leistung Objektplanung Gebäude / allgemeine Beratungsleistungen / Stadt-/ Gebietsplanung
    Sprache Norwegisch
    Aufgabe
    The assignment comprises consultancy services, planning and detailed zoning of the road and railway from Arna to Stanghelle/Helle (new Voss Line and new E16). The assignment shall be implemented as a government plan. The stretch is approx. 28 km and large part of the route are in tunnel. The junction solution for E16 is partially off and on ramps of rock. Two new stations (Vaksdal and Stanghelle) shall be established for the railway line. The project shall be rigged and carried out fully model based.
    Leistungsumfang
    The procurement shall be implemented as a competition with negotiations after a prior notice and pre-qualification in accordance to PPR part I and II. This procedure allows all interested tenderers to submit a request for participation in the tender contest. Only qualified tenderers will be invited by the contracting authority to submit tender offers. This project is a joint project between the Norwegian Public Roads Administration and Bane Nor with a common project organisation led by the Norwegian Public Roads Administration Western Region, that will also be the consulting services’ and contracting authority’s contract party.
    Adresse des Bauherren NO-0033 Oslo
    TED Dokumenten-Nr. 180333-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Norway-Oslo: Architectural, engineering and planning services

      2018/S 080-180333

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Statens vegvesen
      971 032 081
      Postboks 8142 Dep
      Oslo
      0033
      Norway
      Contact person: Gunnar Søderholm
      E-mail: MjEwXWtkZFdoJGllWltoXmViYzZsW11sW2lbZCRkZQ==
      NUTS code: NO

      Internet address(es):

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

      Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/249176

      I.1)Name and addresses
      Bane Nor
      917082308
      Postboks 4350
      Hamar
      2308
      Norway
      E-mail: MTFvbnJzbG5zc2BqP2FgbWRtbnEtbW4=
      NUTS code: NO

      Internet address(es):

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

      I.2)Information about joint procurement
      The contract involves joint procurement
      In the case of joint procurement involving different countries, state applicable national procurement law:

      This project is a joint project between Statens vegvesen [the Norwegian Public Roads Administration] and Bane Nor, with Statens vegvesen being the contracting party.

      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=209770&B=VEGVESEN
      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=209770&B=VEGVESEN
      Tenders or requests to participate must be submitted to the abovementioned address
      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
      General public services

      Section II: Object

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

      Procurement of zoning plan for E16 and Vossebanen [the Voss Line] Arna-Stanghelle

      Reference number: 18/77948
      II.1.2)Main CPV code
      71240000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The assignment comprises consultancy services, planning and detailed zoning of the road and railway from Arna to Stanghelle/Helle (new Voss Line and new E16). The assignment shall be implemented as a government plan. The stretch is approx. 28 km and large part of the route are in tunnel. The junction solution for E16 is partially off and on ramps of rock. Two new stations (Vaksdal and Stanghelle) shall be established for the railway line. The project shall be rigged and carried out fully model based.

      II.1.5)Estimated total value
      Value excluding VAT: 1.00 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)
      71200000
      71300000
      71310000
      71320000
      71400000
      II.2.3)Place of performance
      NUTS code: NO051
      NUTS code: NO
      II.2.4)Description of the procurement:

      The procurement shall be implemented as a competition with negotiations after a prior notice and pre-qualification in accordance to PPR part I and II. This procedure allows all interested tenderers to submit a request for participation in the tender contest. Only qualified tenderers will be invited by the contracting authority to submit tender offers. This project is a joint project between the Norwegian Public Roads Administration and Bane Nor with a common project organisation led by the Norwegian Public Roads Administration Western Region, that will also be the consulting services’ and contracting authority’s contract party.

      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: 1.00 NOK
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 3
      Objective criteria for choosing the limited number of candidates:

      A minimum of three tenderers will be invited to submit tender offers only the tenderers invited by the contracting authority will be able to submit tender offers. If more than 3 qualified tenderer deliver requests for participation in the competition, the contracting authority will select the tenderers who are best qualified based on the selected qualification requirements.

      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

      A tender conference will be held at the Norwegian Public Roads Administration, Nygårdsgaten.

      112, Bergen, 3 May, 9:30.

      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:

      The tenderer shall be a legally established company. Documentation requirement: Company Registration Certificate from a Register of Business Enterprises Foreign tenderers can submit an equivalent certificate in accordance with the legislation in the tenderer's country of establishment See the tender documentation for detailed information.

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

      The tenderer shall have good economic and financial capacity to implement the contract, as well as necessary experience and competence. The tenderer shall be registered in a company register, professional register or a trade register in the state where the tenderer is established. If the tenderer must support themselves on other businesses to fulfil the qualification requirements of technical and professional qualifications or economic and financial capacity, the tenderer shall document that he will have authority over the Procurement Regulations § 16-10 (2). Documentation requirement: Annual accounts etc. See the tender documentation for detailed information.

      Minimum level(s) of standards possibly required:

      There are requirements of the tenderer’s equity. The tenderer shall have positive equity. The assignment shall not be more than 100 % of the average annual turnover during the last 3 years. See the tender documentation for detailed information.

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

      Tenderers shall have sufficient experience with assignments of a corresponding nature and degree of difficulty. HSE: The tenderer shall have a system for proactive compliance of safety, health and work environment implementation ability, i.e. manpower and capacity, as well as competence and experience of the key personnel will be assessed. The tenderer shall have a documented quality management system. Documentation requirement: A list of references.

      Minimum level(s) of standards possibly required:

      See the tender documentation for detailed information. There you will also find described how newly established companies can participate in the competition.

      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:

      NS 8402:2010 applies for this contract, general contract provisions for consulting assignments remunerated according to hours worked.

      C2: Special contract provisions.

      C3: The contract document.

      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
      Competitive procedure with negotiation
      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
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
      IV.1.5)Information about negotiation
      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: 30/05/2018
      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
      Tender must be valid until: 31/12/2018
      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:

      The tender offer shall be shall be in Norwegian.

      VI.4)Procedures for review
      VI.4.1)Review body
      Statens vegvesen Region vest
      Askedalen 4
      Leikanger
      6863
      Norway
      E-mail: MjE3VVhhXFBfXmJjHGVUYmMvZVRWZVRiVF0dXV4=

      Internet address:www.vegvesen.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:
      24/04/2018
    © 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 25.04.2018
Zuletzt aktualisiert 25.04.2018
Wettbewerbs-ID 2-300217 Status Kostenpflichtig
Seitenaufrufe 51