Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Норвегии


Project-management services other than for construction work (Норвегия - Тендер #43029852)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Норвегия (другие тендеры и закупки Норвегия)
Организатор тендера: Institutt for Energiteknikk
Номер конкурса: 43029852
Дата публикации: 22-06-2023
Сумма контракта: 555 072 330 (Российский рубль) Цена оригинальная: 100 000 000 (Норвежская крона)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
2023061920230807 12:00OtherContract noticeServicesOpen procedureEuropean Economic Area (EEA), with participation by GPA countriesSubmission for all lotsThe most economic tenderOther03C0203
  1. Section I
    1. Name and addresses
      Institutt for Energiteknikk
      Postboks 40
      Kjeller
      2027
      Norway
      Telephone: +47 63806000
      E-mail: jorn.syversen@ife.no
    2. Joint procurement
    3. Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at
      https://permalink.mercell.com/206319992.aspx
      Additional information can be obtained from the abovementioned addresselectronically via: https://permalink.mercell.com/206319992.aspx

    4. Type of the contracting authority:
      Other type: Foundation
    5. Main activity:
      Other activity: Research
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Project management and project control for the Institute for Energy Technology

      2. Main CPV code:
        79421000
      3. Type of contract:
        Services
      4. Short description:

        In connection with the establishment of a research and technology park at Kjeller, the Institute for Energy Technology (IFE) needs to recruit project managers and resources for project management/project support. IFE intends to enter into non-exclusive parallel framework agreements with 2-3 tenderers within the following lots:

        1)

        Project managers for large/complex projects (all phases)

        2)

        Project managers for projects of smaller scope/complexity (all phases)

        3)

        Project management/project support

        The contract value is estimated at NOK 50 million for the entire duration of the framework agreement, divided between all lots and contracting authorities on the agreement. The maximum value is NOK 100 million.

        The contracting authority will have the option to extend the framework agreement for a further 1+1 years, a total of 4 years.

        Furthermore, IFE wants an option for construction managers andan ITB coordinator/systematic completion.

        See the tender documentation for further information. 

      5. Estimated total value:
        Value excluding VAT: 100 000 000.00 NOK
      6. Information about lots:
        all lots
    2. Description
      1. Title:

        Lot 1: Project managers for large/complex projects

        Lot No: 1
      2. Additional CPV code(s):
        71000000, 71541000, 79420000, 79421000
      3. Place of performance:
        Main site or place of performance:

        Kjeller

      4. Description of the procurement:

        Project managers called off on the contract for lot 1: Project managers for large/complex projects must be able to perform tasks in all phases of a project, including the idea phase, early phase/design phase and the implementation phase.

        In the early phase/development phase of the projects, the project manager may be responsible for concept selection studies, feasibility studies and drafts/preliminary projects. In the execution phase of the projects, the project manager will be responsible for the management/control of awarded contracts and everything included in the contracts, including the content, scope, time perspective, requirements and estimated costs.

        IFE would like an option for a construction manager and an ITB coordinator/systematic completion. 

        For further information, see Annex 1 - the Contracting Authority"s Requirement Specification.

      5. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      6. Estimated value:
        Value excluding VAT: 100 000 000.00 NOK
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 24
        This contract is subject to renewal: yes
        Description of renewals:

        The framework agreement period will be 2 years. The contracting authority will have an option for an extension

        of the framework agreement for a further 1+1 year, maximum 4 years.

      8. Information about the limits on the number of candidates to be invited:
      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: yesDescription of options:

        IFE would like an option for expert construction consultants (construction managers) and an ITB coordinator/systematic completion. The option can be exercised on either lot 1 or lot 2.

      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      13. Additional information:
      14. Title:

        Lot 2: Project managers for projects of smaller scope/complexity

        Lot No: 2
      15. Additional CPV code(s):
        71000000, 71311100, 72224000, 79420000, 79421000
      16. Place of performance:
        Main site or place of performance:

        Kjeller

      17. Description of the procurement:

        For project managers called off on lot 2: project managers for projects of smaller scope/complexity, the following assignments may be included:

        - Responsibility for, for example, alteration projects and adaptations to the core business, including between existing spaces and building adaptations for new equipment and new research projects

        - Financial management, including preparing calculations, budget responsibility and cost management

        - Contract follow-up

        - Progress plans

        - Resource management

        - Manage procurement processes and call off contractors and consultants

        - Manage and coordinate contractors and consultants, and ensure collaboration between them

        - Ensure that applicable SHA, the Internal Control Regulations and the Builder Regulations are complied with

        - Reports

        - Follow-up of deliveries and quality assurance

        IFE would like an option for a construction manager and an ITB coordinator/systematic completion.

        For further information, see Annex 1 - the Contracting Authority"s Requirement Specification.

      18. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      19. Estimated value:
        Value excluding VAT: 100 000 000.00 NOK
      20. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 24
        This contract is subject to renewal: yes
        Description of renewals:

        The framework agreement period will be 2 years. The contracting authority will have an option for an extension

        of the framework agreement for a further 1+1 year, maximum 4 years.

      21. Information about the limits on the number of candidates to be invited:
      22. Information about variants:
        Variants will be accepted: no
      23. Information about options:
        Options: yesDescription of options:

        IFE would like an option for expert construction consultants (construction managers) and an ITB coordinator/systematic completion. The option can be exercised on either lot 1 or lot 2.

      24. Information about electronic catalogues:

      25. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      26. Additional information:
      27. Title:

        Lot 3: Project management/project support

        Lot No: 3
      28. Additional CPV code(s):
        71000000, 71311100, 72224000, 79420000
      29. Place of performance:
        Main site or place of performance:

        Kjeller

      30. Description of the procurement:

        For resources called off on lot 3: Project management/project support, the following assignments may be included:

        - Progress and financial management

        - Uncertainty analyses and uncertainty management

        - Calculations

        - Reports

        - Quality assurance

        ‐ Document management

        - Assistance with procurement, contracting and purchasing

        - Administrative contract follow-up in all phases

        - Coordination of projects and interfaces

        - User group engagement

        - Quality management and SHA follow-up

        For further information, see Annex 1 - the Contracting Authority"s Requirement Specification.

      31. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      32. Estimated value:
        Value excluding VAT: 100 000 000.00 NOK
      33. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 24
        This contract is subject to renewal: yes
        Description of renewals:

        The framework agreement period will be 2 years. The contracting authority will have an option for an extension

        of the framework agreement for a further 1+1 year, maximum 4 years.

      34. Information about the limits on the number of candidates to be invited:
      35. Information about variants:
        Variants will be accepted: no
      36. Information about options:
        Options: no
      37. Information about electronic catalogues:

      38. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      39. Additional information:
  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
        List and brief description of conditions:

        Requirement: Tenderers must be a legally established company. Documentation requirement: Norwegian tenderers:

        - Company Registration Certificate. The contracting authority will obtain a Company Registration Certificate from the Brønnøysund Register Centre for Norwegian tenderers. Norwegian tenderers do not, therefore, need to submit a such a certificate. Foreign tenderers:

        - Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.

        Requirement: Tenderers must have their affairs in order with respect to the payment of tax, payroll tax and value added tax (VAT). Documentation requirement: Tax Certificate, not older than six months from the qualification deadline. A tax certificate is defined as:

        For Norwegian tenderers:

        - Tax and VAT certificate issued by the tax office via Altinn.

        For foreign tenderers:

        - Foreign tenderers must submit equivalent certificates from their own country that show that their payment of tax and fees is in order. If the authorities in the relevant country do not issue such certificates, the tenderer should submit a declaration stating that all taxes and duties have been paid. The statement must be approved and signed by the tenderer"s Financial Director/person responsible for finance.

      2. Economic and financial standing:
        List and brief description of selection criteria:

        Requirement: Tenderers must have sufficient financial strength to fulfil the contract. DOCUMENTATION REQUIREMENT: The tenderer´s annual accounts including notes with the board´s and auditor´s reports for 2021 and 2022.

        The contracting authority will obtain the annual accounts from the Brønnøysund Register Centre for Norwegian tenderers. Norwegian tenderers therefore do not need to submit a such a certificate.

        The contracting authority reserves the right to carry out a credit assessment.

        Financial strength is evaluated in relation to turnover, operating profit margin, solidity and liquidity.

      3. Technical and professional ability:
        List and brief description of selection criteria:

        REQUIREMENT: Tenderers must have an adequate ability to fulfil the contract. DOCUMENTATION REQUIREMENT: A brief, overall description of

        the company must be given, including:

        -An account of the company’s business concept and core competencies related to the scope of the delivery.

        - An overview of the company’s history, organisation, and ownership, as well as a description of the current business. The overview must clearly state the ownership of the company.

        - A description of how the tenderer is organised for the execution of this contract.

        -An overview of what sub-suppliers will be used.

        Maximum one A4 page.

        REQUIREMENT: Tenderers must have good experience from similar deliveries to the lot for which a tender offer is being submitted.

        Similar deliveries means research laboratories including nuclear laboratories, radiopharmacy or major infrastructure projects.

        DOCUMENTATION REQUIREMENT: An overview must be submitted of the last three, similar deliveries in recent years. As a minimum, the overview must contain:

        - A brief description of the delivery.

        - Date of implementation.

        - Scope of the assignment in monetary amount.

        - Name and telephone number of the reference person at the contracting authority.

        Tenderers must use the attached template for reference projects (Part 1 Annex 3) in their response.

        Requirement: Tenderers must have a documented quality management system. DOCUMENTATION REQUIREMENT: A description of the tenderer"s quality assurance methods (maximum 2 A4 pages), or attached certificate of ISO 9001 or equivalent.

        REQUIREMENT: Tenderers must take the environment and climate into consideration, reduce negative impacts on the environment from the tenderer"s activities, as well as follow-up of environment and climate measures. DOCUMENTATION REQUIREMENT: A description of the tenderer"s environmental system (maximum 2 A4 pages). If a tenderer is certified in accordance with ISO 14001, Eco-Lighthouse Scheme, EMAS, or equivalent, it is sufficient to attach a copy of a valid certificate.

      4. Information about reserved contracts:
    2. Conditions related to the contract:
      1. Information about a particular profession:
        Contract performance conditions:

        See the attached contract SSA-R with appendices.

      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Open procedure
    2. Information about a framework agreement or a dynamic purchasing system:
      Framework agreement with several operatorsEnvisaged maximum number of participants to the framework agreement: 3
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: yes
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-08-07
      Local time: 12:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
    4. Languages in which tenders or requests to participate may be submitted:
      NO
    5. Minimum time frame during which the tenderer must maintain the tender:
      Tender must be valid until: 2023-11-01
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
      Date: 2023-08-07
      Local time: 12:00
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
      Electronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be used
    3. Additional information
    4. Procedures for review
      1. Review body
        Romerike og Glåmdal tingrett
        Postboks 393
        Lillestrøm
        2001
        Norway
        Contact person: 2001
        E-mail: romerike.og.glamdal.tingrett@domstol.no
      2. Body responsible for mediation procedures
        KOFA
        Postboks 511 Sentrum
        Bergen
        5805
        Norway
        Contact person: 5805
        E-mail: post@knse.no
      3. Review procedure
      4. Service from which information about the review procedure may be obtained
        Institutt for energiteknikk
        Instituttveien 18
        Kjeller
        2007
        Norway
        Contact person: 2007
    5. Date of dispatch of this notice
      2023-06-19

  • Источник закупки

    Перейти

    Импорт - Экспорт по стране Норвегия

    Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

    Экспорт Импорт

    Еще тендеры и закупки за эти даты

    22-06-2023 Natural gas.

    22-06-2023 Damage or loss insurance services.

    22-06-2023 Environmental protection.

    22-06-2023 Furniture.

    22-06-2023 Lift installation work.

    22-06-2023 Earthmoving work.

    



    Copyright © 2008-2026, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    Портал отображает информацию о закупках, публикуемых в сети интернет
    и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
    являющихся участниками размещения государственного и коммерческого заказа.
    Сайт использует Cookie, которые нужны для авторизации пользователя.
    На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
    которые нужны для статистики посещения ресурса.

    Политика обработки персональных данных tenderguru.ru