Norway-Oslo: Engineering services
2018/S 106-242985
Contract notice
Services
Section I: Contracting authority/entity
Oslo municipality, c/o the Agency for Water and Sewage Works
971185589
Herslebs gate 5
For the attention of: Espen Erland
0561 Oslo
Norway
Telephone: +47 02180
E-mail: MjE4Xl1hYltdYmJPWS5kT2QcXWFaXRxZXVtbY1xTHFxd
Internet address(es):
Address of the buyer profile: http://eu.eu-supply.com/ctm/Supplier/CompanyInformation/Index/341765
Electronic access to information: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=212669&B=OSLO
Electronic submission of tenders and requests to participate: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=212669&B=OSLO
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 17: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Oslo.
NUTS code NO
71300000, 71310000, 71320000, 71240000
Tenders may be submitted for one or more lots
— detailed engineering design services and/or function engineering design services, depending on the awarded assignment,
— if required, independent inspections of suppliers in disciplines where the tenderer has not been involved,
— option for follow-up in the construction phase, which will be taken up if required.
The preliminary project for NVO will be completed in June 2018. A contract strategy has been developed as part of the preliminary project. This is partly built up according to the natural project break-down based on geography, but also by function and discipline. The contracts are partly based on the turnkey contract standard and partly on NS8405. The strategy will be discussed further and evaluated in the autumn of this year. This includes putting the preliminary project through a standard quality assurance, KS2. The contracts are therefore not finally concluded. Both the extent and the contract standard can be changed. As per today, there is partly a need for function descriptions and partly for detailed descriptions, depending on the contract.
The work on the development plan for the project includes four municipalities and is ongoing. The required development decisions are expected to be made in 2019.
The consultant group must have particular competence within the following disciplines.
— rock and concrete,
— process and machines,
— electro,
— object protection,
— engineering geology,
— HVAC and sanitation,
— SRO,
— electro,
— building,
— water and sewage engineering.
The requirements for the composition of the consultant group will depend on which contract(s) a tenderer would like to qualify for.
The project is divided into 4 sub-contracts:
Sub-contract 1: Raw water tunnel.
Sub-contract 2 - Pure water tunnel.
Sub-contract 3: Rock and concrete water treatment facility (VBA).
Sub-contract 4: Technical installations VBA.
The start-up of the service will be as agreed, expected in November 2018. It will last until the contract tender has been evaluated.
Description of these options: Option for follow-up in the construction phase, which will run until the completed testing and hand-over in June 2028.
Information about lots
Lot No: 1 Lot title: Raw water tunnnel71300000, 71310000, 71320000
71300000, 71310000, 71320000
71300000, 71310000, 71320000
71300000, 71310000, 71320000
Section III: Legal, economic, financial and technical information
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The tenderer's tax and VAT payments shall be in order. The tenderer shall be a legally established company. Tenderers must meet all the statutory requirements in Norway with regard to health, safety and the environment (HSE). See the qualification documentation for the documentation requirements.Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The tenderer's tax and VAT payments shall be in order. The tenderer shall be a legally established company. Tenderers shall meet the statutory requirements in Norway with regard to health, safety and the environment (HSE). Tenderers must have a well-functioning quality assurance system for the services that will be provided. See the qualification documents for further details.Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Minimum level(s) of standards possibly required: Tenderers must have the economic and financial capacity to carry out the assignment/contract(s).The requirement will depend on the number of sub-contracts the qualification application is for, amongst other things, the requirement will be seen in the light of the total value of the sub-contracts that the qualification application is for. See tender documents for documentation requirements.
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Minimum level(s) of standards possibly requiredTenderers must have very good experience from comparable assignments.
Tenderers must have good capacity within all the disciplines that the qualification application is for.
The requirements will depend on whether the application is for one or several sub-contracts, amongst other things, the requirement will be seen in the light of the services´ nature and the total extent that the qualification application is for.
Tenderers must be able to fulfil a contract requirement that the personnel who will carry out the contract must be able to be security cleared at level Confidential.
See tender documents for documentation requirements.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Experience from comparable assignments.
See the qualification documents for further details.
Section VI: Complementary information