loading
  • NO-0130 Oslo
  • 15.08.2018
  • Ausschreibung
  • (ID 2-305845)

Procurement of Railway Consultancy Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 15.08.2018, 10:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Sicherheits-/ Gesundheitsschutz
    Sprache Norwegisch
    Aufgabe
    SJT would like to obtain consultancy services within railway safety. The consultant will report to the department manager for the Safety management and Inspections department (SOT).
    The assistance is to be provided in the period 17.9.2018 to 15.3.2019, with an option for a further 6 months twice.
    SJT would like assistance from one consultant for the assignment. The consultant will be expected to work in SJT´s premises in Karl Johans gate 41 B in Oslo for up to 681 hours in the Contract period, equivalent to an 80 % position. If the option is taken up, the number of hours will be increased equivalently for the option period.
    Leistungsumfang
    SJT inspects safety and needs more capacity with the correct competence in order to carry out planned activity in the contract period. SJT would like to obtain consultancy services within railway safety. The consultant will report to the department manager for the Safety management and Inspections department (SOT).
    Adresse des Bauherren NO-0130 Oslo
    TED Dokumenten-Nr. 264825-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Norway-Oslo: Safety consultancy services

      2018/S 116-264825

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Statens jernbanetilsyn
      979 363 974
      Postboks 7113 St. Olavs plass
      Oslo
      0130
      Norway
      Contact person: Ingrid Knudsen
      Telephone: +47 22995920
      E-mail: MTZjZWg6bWRuKGhp
      NUTS code: NO011

      Internet address(es):

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

      Address of the buyer profile: https://kgv.doffin.no/ctm/Company/CompanyInformation/Index/3447

      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://kgv.doffin.no/ctm/Supplier/Documents/Folder/161918
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the following address:
      Statens jernbanetilsyn
      979 363 974
      Postboks 7113 St. Olavs plass
      Oslo
      0130
      Norway
      Contact person: Ingrid Knudsen
      E-mail: MjEwZmVpajZpYGokZGU=
      NUTS code: NO011

      Internet address(es):

      Main address: www.sjt.no

      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 Railway Consultancy Services

      Reference number: 18/546
      II.1.2)Main CPV code
      79417000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      SJT would like to obtain consultancy services within railway safety. The consultant will report to the department manager for the Safety management and Inspections department (SOT).

      The assistance is to be provided in the period 17.9.2018 to 15.3.2019, with an option for a further 6 months twice.

      SJT would like assistance from one consultant for the assignment. The consultant will be expected to work in SJT´s premises in Karl Johans gate 41 B in Oslo for up to 681 hours in the Contract period, equivalent to an 80 % position. If the option is taken up, the number of hours will be increased equivalently for the option period.

      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)
      71317000
      73220000
      79417000
      II.2.3)Place of performance
      NUTS code: NO011
      II.2.4)Description of the procurement:

      SJT inspects safety and needs more capacity with the correct competence in order to carry out planned activity in the contract period. SJT would like to obtain consultancy services within railway safety. The consultant will report to the department manager for the Safety management and Inspections department (SOT).

      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
      Duration in months: 6
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

      The assistance is to be provided in the period 17.9.2018 to 15.3.2019, with an option for a further 6 months twice. SJT would like assistance from one consultant for the assignment. The consultant will be expected to work in SJT´s premises in Karl Johans gate 41 B in Oslo for up to 681 hours in the Contract period, equivalent to an 80 % position. If the option is taken up, the number of hours will be increased equivalently for the option period.

      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
      List and brief description of conditions:

      The tenderer shall be registered in a company register, professional register or a trade register in the state where the tenderer is established.

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

      The tenderer must have sufficient economic and financial capacity to be able to comply with the contractual regulations. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.

      III.1.3)Technical and professional ability
      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
      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
      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: 15/08/2018
      Local time: 10:00
      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: 24/09/2018
      IV.2.7)Conditions for opening of tenders
      Date: 15/08/2018
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Oslo tingrett
      Oslo
      0030
      Norway
      E-mail: MTJtcWptLHJnbGVwY3JyPmJta3FybWosbG0=
      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
      KOFA v/Klagenemndssekretariatet
      Bergen
      5805
      Norway
      E-mail: MjE4Xl1hYi5ZXVRPHFxd
      VI.5)Date of dispatch of this notice:
      19/06/2018
    © 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 20.06.2018
Zuletzt aktualisiert 20.06.2018
Wettbewerbs-ID 2-305845 Status Kostenpflichtig
Seitenaufrufe 32