Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Operation and maintenance for Lier Roads Water and Sewage's facilities and top system
Reference number: 21216
II.1.2)Main CPV code72253200 Systems support services
II.1.3)Type of contractServices
II.1.4)Short description:
The contest concerns a contract for delivery of operation and maintenance for Lier Roads Water and Sewage's facilities and top system.
Lier Municipality's top system consists of approx. 8,000 - 10,000 tags, that present values, data and control of the following: - 52 pump stations - 8 watering stations - 4 treatment plants
The tenderer will be central in Lier Roads Water and Sewage's works with maintaining, improving and modernising their facilities. There are also plans for a larger ICT project in order to modernise solutions in the municipality regarding connection of the SCADA and MOM systems to a larger centralised cloud-based platform in the future.
Therefore we want a supplier with good prerequisites to be a valuable automation/ICT partner in work connected to development and integration of a modern platform for simplification of daily work tasks for Lier Roads Water and Sewage's personnel.
The value of the procurement is anticipated to be: NOK 8 million excluding VAT over four years. The volume is an estimate and is not binding for the contracting authority.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)48921000 Automation system
72220000 Systems and technical consultancy services
72250000 System and support services
72514300 Facilities management services for computer systems maintenance
II.2.3)Place of performanceNUTS code: NO082 Viken
II.2.4)Description of the procurement:
The contracting authority reserves the right to cancel the contest due to economic prerequisites, administrative assessments or political decisions.
See the procurement documents for further information.
A draft of the tender documentation is attached to this qualification documentation. The contracting authority reserves the right to make smaller, unsubstantial alterations of the documentation prior to inviting the tenderers to submit tenders.
Lots/groups
Tenders cannot be submitted for parts of the assignment, and alternative tenders are not allowed. The contracting authority has considered dividing the assignment in accordance with the Utilities Regulations §15-3, and has decided that this is not appropriate for this procurement. The contracting authority reserves the right to accept all or parts of a tender.
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 systemStart: 01/01/2022
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.2.13)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.1.2)Economic and financial standingList and brief description of selection criteria:
Tax and VAT certificates
Tenderers must have their tax and VAT payments in order (ESPD: Part II A.e).
Documentation requirement: Requirement for certificate of paid VAT, tax and social security contribution. A certificate issued by the competent authority in the tenderer's country, confirming that the tenderer has met the obligations in regard to payment of VAT, tax and social security contributions in the country where the tenderer/contractor has its headquarters the (Norwegian certificate for Tax and VAT is combined and ordered from altinn.no, RF-1507,previously RF-1244) in accordance with the legislation in the country. The certificate must not be more than 6 months old.
Other economic and financial requirements: Economic and financial standing
Requirements regarding the tenderer´s economic and financial standing: The financial capacity to fulfil the contract is required (ESPD: Part IV B.58-3).
Documentation: The contracting authority will assess finances through the company and accounting information system Proff Forvalt (www.forvalt.no). The contracting authority reserves the right to obtain supplementary information about the tenderer's finances.
Any need for support from other companies in order to fulfil this qualification requirement. If the tenderer is dependent on other companies in order to fulfil this qualification requirement, the required documentation for this must be presented. The contracting authority retains the right to collect supplementary information, bank guarantees or similar.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureNegotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.2)Time limit for receipt of tenders or requests to participateDate: 12/10/2021
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 tenderTender must be valid until: 10/01/2022
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: BUSKERUD TINGRETT
Town: Drammen
Country: Norway
VI.5)Date of dispatch of this notice:10/09/2021