loading
  • NO-0507 Oslo
  • 11.09.2018
  • Ausschreibung
  • (ID 2-311799)

150-BYM-2017 Framework Agreement for consultancy services for the management of bridges and retaining walls


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 11.09.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung allgemeine Beratungsleistungen / Projektsteuerung
    Sprache Norwegisch
    Aufgabe
    The Agency of Urban Environment manages approx. 400 used bridge constructions of various sizes. These include simple culverts and more complicated constructions, as well as minor wooden bridges in parks, recreational areas and woods. The Contracting Authority also manages several retaining walls. The procurement must cover the need for bridge inspections and advice connected to the management of bridges and retaining walls. The contracting authority would like to enter into a Framework Agreement with one tenderer to meet this need. The financial framework for the contract is approx. 1 500 000 NOK per annum.
    Leistungsumfang
    The procurement must cover the need for bridge inspections and advice connected to the management of bridges and retaining walls. Main inspections must be carried out on approx. 150 bridges with the accompanying reports in BRUTUS over a 3 year period. The list of bridges is attached. The bridges can be found in BRUTUS, where examples can also be seen of how the inspections have been carried out previously, as well as overview pictures.
    Call-offs can be made for special inspections and main inspections that are in addition to the attached list. The procurement must also cover any adjustments that are needed to use classes. Classification calculations can be required in these cases. The procurement will cover maintenance engineering design services and advice for major alterations of or reinforcements to bridges. Call-offs will be made on the Framework Agreement for maintenance engineering design services, advice and the classification of bridges and retaining walls.
    Adresse des Bauherren NO-0507 Oslo
    TED Dokumenten-Nr. 354541-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Norway-Oslo: Architectural, construction, engineering and inspection services

      2018/S 154-354541

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Oslo kommune v/ Bymiljøetaten
      996 922 766
      Postboks 636 Løren
      Oslo
      0507
      Norway
      Contact person: Jannicke Andersen
      Telephone: +47 21802180
      E-mail: MTZkW2hoY11lXyhbaF5fbG1faDpcc2coaW1maShlaWdnb2hfKGhp
      NUTS code: NO

      Internet address(es):

      Main address: https://www.oslo.kommune.no/politikk-og-administrasjon/etater-og-foretak/bymiljoetaten/

      Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/309622

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=217772&B=OSLO
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=217772&B=OSLO
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

      150-BYM-2017 Framework Agreement for consultancy services for the management of bridges and retaining walls

      Reference number: 17/18363
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The Agency of Urban Environment manages approx. 400 used bridge constructions of various sizes. These include simple culverts and more complicated constructions, as well as minor wooden bridges in parks, recreational areas and woods. The Contracting Authority also manages several retaining walls. The procurement must cover the need for bridge inspections and advice connected to the management of bridges and retaining walls. The contracting authority would like to enter into a Framework Agreement with one tenderer to meet this need. The financial framework for the contract is approx. 1 500 000 NOK per annum.

      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)
      71311000
      71631450
      71300000
      71000000
      II.2.3)Place of performance
      NUTS code: NO011
      Main site or place of performance:

      Oslo.

      II.2.4)Description of the procurement:

      The procurement must cover the need for bridge inspections and advice connected to the management of bridges and retaining walls. Main inspections must be carried out on approx. 150 bridges with the accompanying reports in BRUTUS over a 3 year period. The list of bridges is attached. The bridges can be found in BRUTUS, where examples can also be seen of how the inspections have been carried out previously, as well as overview pictures.

      Call-offs can be made for special inspections and main inspections that are in addition to the attached list. The procurement must also cover any adjustments that are needed to use classes. Classification calculations can be required in these cases. The procurement will cover maintenance engineering design services and advice for major alterations of or reinforcements to bridges. Call-offs will be made on the Framework Agreement for maintenance engineering design services, advice and the classification of bridges and retaining walls.

      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
      Value excluding VAT: 6 000 000.00 NOK
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

      Option for up to a 1 year extension.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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:

      — Tenderers shall be a legally established company.

      Documentation requirement:

      — Norwegian companies: company registration certificate,

      — foreign companies: proof that the company is registered in a trade index or business register as prescribed by the law of the country where the tenderer is established.

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

      — statement of the organisation's total turnover for the last 2 available financial years,

      — credit evaluation / rating, not older than six months, based on the last known accounting figures. The rating shall be carried out by a publicly approved credit rating institution.

      The Contracting Authority reserves the right to obtain a separate credit evaluation if necessary.

      Minimum level(s) of standards possibly required:

      The minimum annual turnover will be 10 000 000 NOK.

      Creditworthy.

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

      Documentation requirement:

      — a minimum of 3 relevant reference projects must be listed. The annex Templates for Reference Projects or equivalent must be used,

      — describe procedures and methods for execution, control and documentation of the works out in the field, including the procedures for internal control and for approval of performed works. If a tenderer is certified, a copy of a certificate issued by the certification body shall be submitted.

      Minimum level(s) of standards possibly required:

      Tenderers must have experience from equivalent work, as well as from reporting in BRUTUS. Tenderers must be able to refer to a minimum of three reference projects.

      The tenderer shall have a satisfactory quality assurance system.

      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
      The procurement involves the establishment of a framework agreement
      Framework agreement with a single operator
      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: 11/09/2018
      Local time: 12:00
      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
      Duration in months: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 11/09/2018
      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
      VI.3)Additional information:

      A tender conference will be held for this competition on 22.8.2018 at 10:00 in the Contracting Authority's premises in Karvesvingen 3, Oslo. Tenderers are requested to submit any questions in advance via the message function in the tender management tool, so that the Contracting Authority has the opportunity to prepare the answers. Questions will be anonymous. The minutes from the tender conference will be made available without undue delay in the tender management tool. Travel expenses etc. in connection with the tender inspection are to be covered by the individual service provider.

      VI.4)Procedures for review
      VI.4.1)Review body
      Oslo kommune Bymiljøetaten
      Oslo
      0507
      Norway
      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:
      09/08/2018
    © 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 13.08.2018
Zuletzt aktualisiert 13.08.2018
Wettbewerbs-ID 2-311799 Status Kostenpflichtig
Seitenaufrufe 42