Norway-Vinterbro: Engineering services
2018/S 100-229926
Contract notice
Services
Section I: Contracting authority
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/
Section II: Object
Engineering Services, Framework Agreement
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.
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.
2 extensions, each for 12 months.
Section III: Legal, economic, financial and technical information
(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.
(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.
Section IV: Procedure
Section VI: Complementary information
Gjellumlia 10a Heggedal
Norway