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


Architectural, engineering and planning services (Норвегия - Тендер #43821454)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Норвегия (другие тендеры и закупки Норвегия)
Организатор тендера: Bodø kommune
Номер конкурса: 43821454
Дата публикации: 17-07-2023
Сумма контракта: 166 521 699 (Российский рубль) Цена оригинальная: 30 000 000 (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
2023071220230823 12:00Regional or local authorityContract noticeServicesRestricted procedureEuropean Economic Area (EEA), with participation by GPA countriesSubmission for all lotsThe most economic tenderGeneral public services03C0203
  1. Section I
    1. Name and addresses
      Bodø kommune
      Kongens gt. 23
      BODØ
      8006
      Norway
      E-mail: Martin.Hagestad@inventura.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/208164653.aspx
      Additional information can be obtained from the abovementioned addresselectronically via: https://permalink.mercell.com/208164653.aspx

    4. Type of the contracting authority:
      Regional or local authority
    5. Main activity:
      General public services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        2023/4905 Procurement of consultancy services within engineering design

        Reference number: 2023/4905
      2. Main CPV code:
        71240000
      3. Type of contract:
        Services
      4. Short description:

        The contracting authority intends to enter into parallel framework agreements with 3 providers in ranked order for consultancy services (engineering design).

        Click https://permalink.mercell.com/208164653.aspx

      5. Estimated total value:
        Value excluding VAT: 30 000 000.00 NOK
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        71313000, 71313200, 71314300, 71315000, 71315210, 71317100, 71321000, 71321200, 71332000, 71540000
      3. Place of performance:
      4. Description of the procurement:

        The contracting authority intends to enter into parallel framework agreements with 3 providers in ranked order for consultancy services (engineering design). The consulting engineer(s) must assist the municipalities with the implementation of relevant projects during the next few years. The projects include investment and maintenance projects, which shall be supported during all project stages, from initiation to completion, as well follow-up during the guarantee period. Furthermore, the consulting engineer must be able to lead the work on the feasibility study and construction programme.

        The project portfolio is varied and consists of both large and small projects, new construction and renovation assignments of varying scope. The number and extent will depend on the approved investment budgets. The investment budgets always depend on the annual grants and can, thus, vary in the contract period.

        Development assignments not related to a specific project may be relevant. The same competence requirements as required for the investment and construction projects are necessary and sufficient for this type of assignments as well. Examples thereof are project co-ordination or project development where the consulting engineer is given the overall responsibility for several projects or special projects within the following disciplines: RIA, RIB, RIBr, RIBfy, RIE, RiEn, RIG, RIM and RIV.

        The Plan and Building Act (PBL) with regulations shall form the basis for all engineering design services. The consulting engineer(s) must co-operate with the architect for various technical solutions, as well as contribute with preparing plans for Health, Safety and the Work environment (HSA) regarding professional solutions that are low risk for unwanted incidents during the building"s lifetime. All documentation must be in accordance with the current laws regulations, rules, guidelines and branch standards for the relevant discipline. The consultancy services are usually contracted early in the project, preferably already in the initiation phase of the project. The consulting engineer(s) shall follow the project through all stages, up until the guarantee period.

        The consultant"s tasks are as follows "RIF"s performance descriptions". Unless otherwise stated in connection with call-offs for the framework agreements, all services must be included.

      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: 30 000 000.00 NOK
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 24
        This contract is subject to renewal: no
      8. Information about the limits on the number of candidates to be invited:
        Envisaged minimum number: 5
        Maximum number: 7
      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: yesDescription of options:

        The framework agreement period will be 2 years. The contracting authority has an option to extend the framework agreement for a further one year + one year, a total maximum of four years.

      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:
  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:

        1) The tenderer must have their tax, payroll tax and VAT payments in order.

        Documentation requirement:

        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 they have orderly conditions in relation to the payment of tax and duties. 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) The tenderer must be a legally established company.

        Documentation requirement:

        Norwegian tenderers:

        Company registration 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.

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

        Tenderers must have the sufficient financial strength to fulfil the contract.

        Minimum level(s) of standards possibly required:

        Documentation requirement:

        A credit evaluation, given by an approved credit rating agency, based on the last known accounting figures.

        The contracting authority reserves the right to obtain a credit assessment from a recognised credit rating company.

        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:

        1) Tenderers must have sufficient implementation ability to fulfil the contract.

        2) Tenderers must have good experience from relevant and comparable deliveries. Relevant and comparable deliveries mean assignments of an equivalent scope and size.

        3) Tenderers must have a documented and implemented satisfactory quality assurance/management system.

        4) Tenderers must have a documented environmental management system.

        Minimum level(s) of standards possibly required:

        1) Documentation requirement:

        Tenderers must have sufficient implementation ability to fulfil the contract. A brief and general description of the business, including:

        An account of the company’s core competence related to the scope of the delivery.

        An account of the company"s capacity and how the tenderer is organised for the implementation of this contract.

        A description of the proportion of the contract that the tenderer is considering to sub-contract out.

        Tenderers must document compliance by completing the attached template for implementation ability. Maximum 2 A4 pages. See Annex 5 - Implementation Ability.

        2) Documentation requirement:

        Description of the tenderer"s 3 most relevant and comparable assignments in the last 3 years.

        Tenderers must substantiate compliance by completing the attached template for reference descriptions. See Annex 6 - Reference descriptions.

        Tenderers are asked to attach any available signed attestations from previous assignments.

        3) Documentation requirement:

        Tenderers must have a documented and implemented satisfactory quality assurance/management system. A short description of the tenderer"s quality assurance/management system that the tenderer will use as the basis for the fulfilment this contract.

        The description must however be so detailed that the contracting authority can undertake an independent evaluation of whether the tenderer"s quality assurance system can be considered well-functioning for this contract.

        If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certificate, it is sufficient to attach a copy of the valid certificate.

        4) Documentation requirement:

        A short description of the tenderer"s environmental management system that the tenderer use for the fulfilment of this contract.

        The description must however be so detailed that the contracting authority can undertake an independent evaluation of whether or not the tenderer"s environment management system can be considered well-functioning for this contract.

        If a tenderer is certified in accordance with ISO 14001 or its equivalent, it is sufficient to provide a copy of a valid certificate.

      4. Information about reserved contracts:
    2. Conditions related to the contract:
      1. Information about a particular profession:
      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Restricted procedure
    2. Information about a framework agreement or a dynamic purchasing system:
      Framework agreement with several operators
    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: 2023-08-23
      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: 2023-12-29
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
    3. Additional information
    4. Procedures for review
      1. Review body
        Salten og Lofoten tingrett
        Bodø
        Norway
      2. Body responsible for mediation procedures

      3. Review procedure
      4. Service from which information about the review procedure may be obtained

    5. Date of dispatch of this notice
      2023-07-12

  • 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
    



    Copyright © 2008-2025, 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