loading
  • NO-1407 Vinterbro
  • 26.06.2018
  • Ausschreibung
  • (ID 2-303362)

Engineering Services, Framework Agreement


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.06.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Objektplanung Ver-/ Entsorgung / Ausschreibung, Vergabe / Kostenmanagement / Studien, Gutachten
    Sprache Norwegisch
    Aufgabe
    The competition concerns entering into parallel framework agreements that shall cover maintenance and new installations within:
    — general engineering design of treatment plants with part processes,
    — preparation of tender documentation for purchasing of process equipment,
    — preparation of general documentation,
    — project management with cost and plan,
    — professional advice in all disciplines relevant for treatment plants,
    — special competence in purification technology,
    — implementation of studies.
    Leistungsumfang
    The tenderer must have a high level of competence in the disciplines that are relevant for waste water treatment, operation and treatment plants, engineering design of new installations and project management. Support on the existing process control system is covered by a separate framework agreement and are excluded from this framework agreement. The framework agreement shall be carried out by offered personnel, and only with exception can sub-contractors be used, and then only in areas that are not central in the delivery, cfr. PPR [FOA] § 19-2, nº 2.
    In some circumstances the work will involve being on site at the treatment plant at Høyungsletta 19, Vinterbro.
    The procurement value is estimated to be 200 000 NOK - 1 000 000 NOK per year. In connection with large projects, the assignment quantity may increase. The value is an estimate and must therefore be considered non binding.
    The Contracting Authority reserves the right to enter into a framework agreement with up to 3 tenderers.
    See part 2, requirement specifications, for further information.
    Lots and alternative tenders.
    Tenders cannot be submitted for parts of the assignment, and alternative tenders are not allowed.
    A declaration of Joint liability.
    The framework agreement shall be carried out by offered personnel, and only with exception can sub-contractors be used, and then only in areas that are not central in the delivery, cfr. PPR [FOA] § 19-2, nº 2. If the tenderer is dependent on a sub-contractor to fulfil parts of the contract, a commitment statement shall be attached, demonstrating that the tenderer has access to the required resources (The Public Procurement Regulations § 16-10 (2)). Product manufacturers are not considered as sub-contractors in this context.
    Adresse des Bauherren NO-1407 Vinterbro
    TED Dokumenten-Nr. 229926-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Norway-Vinterbro: Engineering services

      2018/S 100-229926

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Nordre Follo Renseanlegg
      971 521 570
      Høyungsletta 19
      Vinterbro
      1407
      Norway
      Contact person: Therese Nguyen
      E-mail: MTVvY2BtYG5gO2RpaWZlamtuZmppb2ptYG8paWo=
      NUTS code: NO012

      Internet address(es):

      Main address: http://www.nfra.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://tendsign.no/doc.aspx?UniqueId=afrrasskao&GoTo=Docs
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://tendsign.no/doc.aspx?UniqueId=afrrasskao&GoTo=Tender
      I.4)Type of the contracting authority
      Other type: Municipal
      I.5)Main activity
      General public services

      Section II: Object

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

      Engineering Services, Framework Agreement

      Reference number: 18/66
      II.1.2)Main CPV code
      71300000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The competition concerns entering into parallel framework agreements that shall cover maintenance and new installations within:

      — general engineering design of treatment plants with part processes,

      — preparation of tender documentation for purchasing of process equipment,

      — preparation of general documentation,

      — project management with cost and plan,

      — professional advice in all disciplines relevant for treatment plants,

      — special competence in purification technology,

      — implementation of studies.

      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)
      71330000
      71350000
      II.2.3)Place of performance
      NUTS code: NO012
      II.2.4)Description of the procurement:

      The tenderer must have a high level of competence in the disciplines that are relevant for waste water treatment, operation and treatment plants, engineering design of new installations and project management. Support on the existing process control system is covered by a separate framework agreement and are excluded from this framework agreement. The framework agreement shall be carried out by offered personnel, and only with exception can sub-contractors be used, and then only in areas that are not central in the delivery, cfr. PPR [FOA] § 19-2, nº 2.

      In some circumstances the work will involve being on site at the treatment plant at Høyungsletta 19, Vinterbro.

      The procurement value is estimated to be 200 000 NOK - 1 000 000 NOK per year. In connection with large projects, the assignment quantity may increase. The value is an estimate and must therefore be considered non binding.

      The Contracting Authority reserves the right to enter into a framework agreement with up to 3 tenderers.

      See part 2, requirement specifications, for further information.

      Lots and alternative tenders.

      Tenders cannot be submitted for parts of the assignment, and alternative tenders are not allowed.

      A declaration of Joint liability.

      The framework agreement shall be carried out by offered personnel, and only with exception can sub-contractors be used, and then only in areas that are not central in the delivery, cfr. PPR [FOA] § 19-2, nº 2. If the tenderer is dependent on a sub-contractor to fulfil parts of the contract, a commitment statement shall be attached, demonstrating that the tenderer has access to the required resources (The Public Procurement Regulations § 16-10 (2)). Product manufacturers are not considered as sub-contractors in this context.

      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: 27/08/2018
      End: 27/08/2020
      This contract is subject to renewal: yes
      Description of renewals:

      2 extensions, each for 12 months.

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

      (ESPD: Part II A.e) Certificates for Tax and VAT.

      The tenderer shall have settled conditions in relation to payment of taxes and VAT.

      (ESPD: Part IV B.58-3) Other economic and financial requirements: Economic and financial position.

      Requirements regarding the tenderer´s economic and financial position: The financial capacity to fulfil the contract is required.

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

      (ESPD: Part IV C.58.4) Requirements connected to the tenderer´s technical/professional qualifications.

      The tenderer is required to have good experience from equivalent assignments/deliveries, i.e. assignments of equivalent nature, complexity and treatment plants.

      (ESPD: Part IV C.58.4) Requirements connected to the tenderer´s technical/professional qualifications.

      Tenderers shall have a satisfactory quality assurance system.

      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:
      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
      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: 26/06/2018
      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: 21/09/2018
      IV.2.7)Conditions for opening of tenders
      Date: 26/06/2018
      Local time: 12:01

      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
      Innkjøpskontoret AS
      Gjellumlia 10a Heggedal
      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:
      25/05/2018
    © 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 29.05.2018
Zuletzt aktualisiert 29.05.2018
Wettbewerbs-ID 2-303362 Status Kostenpflichtig
Seitenaufrufe 39