Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesIcelandic Road and Coastal Administration (ICERA)
Borgartún 7
Reykjavik
105
Iceland
Contact person: Gísli Gíslason
Telephone: +354 5221000
E-mail:
MjEyW11bXTRqWVtVW1lmWF1iIl1nNUTS code:
ISInternet address(es):
Main address: www.vegagerdin.is
I.2)Information about joint procurement
I.3)CommunicationAccess to the procurement documents is restricted. Further information can be obtained at:
www.vegagerdin.is
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Hringvegur (1), Biskupstungnabraut- Hveragerði 1. áfangi - Eftirlit
Reference number: Vg2018-113
II.1.2)Main CPV code71521000
II.1.3)Type of contractServices
II.1.4)Short description:
Supervision and quality control of work that is part of widening of a 2,5 km section of Hringvegur (1) between Hveragerði and Selfoss. The work include:
— widening of 2,5 km section from 2-lane to 4-lane,
— a new T-junction to Hringvergur (1),
— 4 km of 2-lane minor roads,
— underpass for pedestrians,
— widening of a 12 m long concrete bridge.
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)
II.2.3)Place of performanceNUTS code: IS002
Main site or place of performance:
II.2.4)Description of the procurement:
Tenders will be opened in two stages 18.12. 2018 and 2.1.2019.
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: 21
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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 registers
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
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
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: 18/12/2018
Local time: 14:00
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:Icelandic
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 2 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 18/12/2018
Local time: 14:15
Place:
Borgartún 7, 105 Reykjavík
Information about authorised persons and opening procedure:
Tenderers and their authorised representatives.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
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:12/11/2018