loading
  • NO-0561 Oslo
  • 06.07.2018
  • Ausschreibung
  • (ID 2-304355)

Consultant Group for the Execution Phase of the Project New Water Supply Oslo (NVO)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 06.07.2018, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3 - max. 7
    Gebäudetyp Technische Infrastruktur
    Art der Leistung sonstige / allgemeine Beratungsleistungen / Objektplanung Ver-/ Entsorgung / Bodenmechanik, Erd-/ Grundbau
    Sprache Norwegisch
    Aufgabe
    The aim of the procurement is to establish a competent consultant group for the preparation of the tender documentation in accordance with the contract strategy for the construction of new water supply installations from Holsfjorden.
    Leistungsumfang
    The procurement´s extent includes.
    — 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.
    Adresse des Bauherren NO-0561 Oslo
    TED Dokumenten-Nr. 242985-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Norway-Oslo: Engineering services

      2018/S 106-242985

      Contract notice

      Services

      Directive 2009/81/EC

      Section I: Contracting authority/entity

      I.1)Name, addresses and contact point(s)

      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)

      I.2)Type of the contracting authority
      I.3)Main activity
      Water
      I.4)Contract award on behalf of other contracting authorities/entities
      The contracting authority is purchasing on behalf of other contracting authorities: no

      Section II: Object of the contract

      II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority:
      Consultant Group for the Execution Phase of the Project New Water Supply Oslo (NVO)
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Services
      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

      II.1.3)Information on framework agreement
      II.1.4)Information on framework agreement
      II.1.5)Short description of the contract or purchase(s):
      The aim of the procurement is to establish a competent consultant group for the preparation of the tender documentation in accordance with the contract strategy for the construction of new water supply installations from Holsfjorden.
      II.1.6)Common procurement vocabulary (CPV)

      71300000, 71310000, 71320000, 71240000

      II.1.7)Information about subcontracting
      II.1.8)Lots
      This contract is divided into lots: yes
      Tenders may be submitted for one or more lots
      II.1.9)Information about variants
      Variants will be accepted: no
      II.2)Quantity or scope of the contract
      II.2.1)Total quantity or scope:
      The procurement´s extent includes.
      — 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.
      II.2.2)Information about options
      Options: yes
      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.
      II.2.3)Information about renewals
      This contract is subject to renewal: no
      II.3)Duration of the contract or time limit for completion
      Starting 1.11.2018. Completion 30.6.2028

      Information about lots

      Lot No: 1 Lot title: Raw water tunnnel
      1)Short description
      Approx. 20 km tunnel from Holsfjorden to Huseby. Preparation of the tender documentation for intake pipelines, intake station and tunnel. The construction project is planned to be carried out as a turnkey project.
      2)Common procurement vocabulary (CPV)

      71300000, 71310000, 71320000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 2 Lot title: Pure water tunnel
      1)Short description
      Approx. 6 km tunnel from Huseby to Voldsløkka. Engineering design services for a pure water tunnel with pipelines and connections to the network. The work is planned to be contracted as an execution contract.
      2)Common procurement vocabulary (CPV)

      71300000, 71310000, 71320000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 3 Lot title: Rock and concrete, water treatment facility
      1)Short description
      A rock hall with the accompanying concrete constructions. Preparation of the tender documentation for rock, concrete in the treatment facility, as well as all disciplines in the administration building. The construction project is planned to be carried out as a turnkey project.
      2)Common procurement vocabulary (CPV)

      71300000, 71310000, 71320000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 4 Lot title: Technical installations, water treatment facility
      1)Short description
      Technical installations for the water treatment facility. Engineering design services for the process installations with machine electro and SRO installations. The execution will be contracted in several contracts with both general execution contracts and turnkey contracts.
      2)Common procurement vocabulary (CPV)

      71300000, 71310000, 71320000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots

      Section III: Legal, economic, financial and technical information

      III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
      The assignment comes under security restrictions. The procurement will be subject to the legislation on preventative security service (LOV‐2008‐04‐11‐9) and associated regulations. Personnel who will work on the assignment must be able to be cleared and authorised at level Confidential.
      III.1.5)Information about security clearance:
      III.2)Conditions for participation
      III.2.1)Personal situation

      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.
      III.2.2)Economic and financial ability

      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.
      III.2.3)Technical and/or professional capacity

      Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

      Minimum level(s) of standards possibly required
      Tenderers 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.
      III.2.4)Information about reserved contracts
      III.3)Conditions specific to services contracts
      III.3.1)Information about a particular profession
      Execution of the service is reserved to a particular profession: no
      III.3.2)Staff responsible for the execution of the service
      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

      Section IV: Procedure

      IV.1)Type of procedure
      IV.1.1)Type of procedure
      Negotiated
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
      Envisaged minimum number 3 and maximum number 7
      Objective criteria for choosing the limited number of candidates: Experience from comparable assignments.
      See the qualification documents for further details.
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
      IV.2)Award criteria
      IV.2.1)Award criteria
      The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
      IV.2.2)Information about electronic auction
      An electronic auction has been used: no
      IV.3)Administrative information
      IV.3.1)File reference number attributed by the contracting authority:
      Anskaffelse 86/2018
      IV.3.2)Previous publication(s) concerning the same contract
      no
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
      IV.3.4)Time limit for receipt of tenders or requests to participate
      6.7.2018 - 12:00
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
      Other Norwegian.

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about European Union funds
      The contract is related to a project and/or programme financed by European Union funds: no
      VI.3)Additional information:
      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures
      VI.4.2)Lodging of appeals
      VI.4.3)Service from which information about the lodging of appeals may be obtained
      VI.5)Date of dispatch of this notice:
      4.6.2018
    © 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 06.06.2018
Zuletzt aktualisiert 06.06.2018
Wettbewerbs-ID 2-304355 Status Kostenpflichtig
Seitenaufrufe 35