Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
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:
NO011Internet address(es):
Main address: www.sjt.no
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityGeneral 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 code79417000
II.1.3)Type of contractServices
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 lotsThis 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 performanceNUTS 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 criteriaPrice 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 systemDuration in months: 6
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: 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 fundsThe 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 registersList 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 standingList 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 contractObligation 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 procedureOpen 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 participateDate: 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 tenderTender must be valid until: 24/09/2018
IV.2.7)Conditions for opening of tendersDate: 15/08/2018
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
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:19/06/2018