We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 538375-2023

Submission deadline has been amended by:  599745-2023
06/09/2023    S171

Norway-Sandnes: Engineering services

2023/S 171-538375

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Sandnes kommune
National registration number: 964 965 137
Postal address: Rådhusgata 1
Town: Sandnes
NUTS code: NO0A1 Rogaland
Postal code: 4306
Country: Norway
Contact person: Steven Mellum
E-mail: Steven.mellum@sandnes.kommune.no
Telephone: +47 51336215
Internet address(es):
Main address: www.sandnes.kommune.no
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/306369
I.1)Name and addresses
Official name: Klepp kommune
National registration number: 864 969 682
Postal address: Solavegen 1
Town: Kleppe
NUTS code: NO0A1 Rogaland
Postal code: 4351
Country: Norway
Contact person: Kjersti Ohr
E-mail: kjersti.marita.ohr@klepp.kommune.no
Internet address(es):
Main address: www.klepp.kommune.no
I.2)Information about joint procurement
The contract involves 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=378366&B=SANDNES
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=378366&B=SANDNES
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:

Framework agreement - Various consultancy services for water and sewage

Reference number: 20/35338
II.1.2)Main CPV code
71300000 Engineering services
II.1.3)Type of contract
Services
II.1.4)Short description:

The contracting authority needs to enter into a framework agreement based on NS 8402 for various consultancy services relating to water and sewage.

Call-offs will mainly be related to periodical needs for extra capacity. sometimes related to needs for assistance within disciplines for which the municipality does not have internal resources, or has very limited capacity.

II.1.5)Estimated total value
Value excluding VAT: 18 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
71000000 Architectural, construction, engineering and inspection services
71310000 Consultative engineering and construction services
71311000 Civil engineering consultancy services
71311300 Infrastructure works consultancy services
71313000 Environmental engineering consultancy services
71320000 Engineering design services
71321000 Engineering design services for mechanical and electrical installations for buildings
71322000 Engineering design services for the construction of civil engineering works
71330000 Miscellaneous engineering services
71350000 Engineering-related scientific and technical services
71351000 Geological, geophysical and other scientific prospecting services
71355000 Surveying services
71356000 Technical services
71500000 Construction-related services
71510000 Site-investigation services
71600000 Technical testing, analysis and consultancy services
71800000 Consulting services for water-supply and waste consultancy
II.2.3)Place of performance
NUTS code: NO0A1 Rogaland
II.2.4)Description of the procurement:

The contracting authority needs to enter into a framework agreement based on NS 8402 for various consultancy services relating to water and sewage.

Call-offs will mainly be related to periodical needs for extra capacity. sometimes related to needs for assistance within disciplines for which the municipality does not have internal resources, or has very limited capacity.

It is estimated that assistance will be needed with the following:

- General consultancy within water and sewage, water and sewage operations, separation and similar.

- Hydrological modelling of surface water and the water/sewage network and consultancy within technical watercourse management.

- Environmental assessments, including taking samples and analyses.

- Preparation of climate calculations related to the Contracting Authority's activities.

- Project competence in relation to the preparation of the following:

o Draft projects.

o Preliminary projects.

Detailed engineering design and technical descriptions (complete technical plans).

o Simple drawings and functional descriptions for turnkey contracts.

o HSE plans.

o Application for a framework permit and start-up permit, as well as other types of applications associated with measures/projects.

- Preparation of road and zoning plans.

- Project planning for the establishment/alteration/renovation of pump stations, elevated basins, valve chambers and other technical installations, including scanning and 3D modelling of facilities.

- Geotechnical competence, including geotechnical surveys with rigs.

- Competence in automation and automation systems, including programming, related to technical installations/pump stations or similar.

- Planning and engineering design of construction projects that the municipality carries out on its own, as well as various/ad-hoc engineering assistance.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Competence / Weighting: 60 %
Quality criterion - Name: Service / Weighting: 20%
Quality criterion - Name: Environment / Weighting: 20%
Price - Weighting: 0 %
II.2.6)Estimated value
Value excluding VAT: 18 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

As an option, the contracting authority can extend the contract for up to one year at a time, to a maximum combined contract period of four years.

As an option, with expanded scope as a consequence, Sola Municipality will have the possibility to join the contract with written notification to the tenderer during the framework agreement period.

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 must be registered in a company register, professional register or a trade register in the country where the tenderer is established.

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

Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must as a minimum achieve a rating of 'Credit worthy', i.e. the tenderer must be in risk classification 5 or higher on the Experian scale.

Minimum level(s) of standards possibly required:

As documentation the contracting authority will obtain the credit evaluation Commercial Delphi Score from Experian (The contracting authority subscribes to services from Experian).

Tenderers are expected to have familiarised himself with registered information about the company and by submission of the tender accepts that the information will be obtained and form the basis of the assessment of the tenderer's economic situation.

Tenderers can attach a credit rating from a certified credit rating company showing that the tenderer fulfils the requirement. The credit assessment must be based on the last available accounting figures.

If a tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the contracting authority deems suitable.

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

Tenderers must have experience indicating that the tenderer can handle the scope of work as described in the tender documentation with annexes, in terms of complexity and scope.

Minimum level(s) of standards possibly required:

Documentation requirement: Tenderers must attach a list of the most important relevant assignments the last 3 (three) years. The description must include a statement of the assignment value, dates and recipients (name, telephone number and e-mail address). It is the tenderer's responsibility to document relevance through the description. The references will only be contacted if required.

Tenderers can document experience by referring to the competence of personnel at disposal for this assignment, including experience that has been acquired while personnel performed services for another supplier.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Are stated in the tender documents with annexes.

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.1.8)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 participate
Date: 05/10/2023
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
Tender must be valid until: 01/01/2024
IV.2.7)Conditions for opening of tenders
Date: 05/10/2023
Local time: 12:00
Place:

Sandnes

Information about authorised persons and opening procedure:

Sandnes Municipality Procurements.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

31.08.2027

VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Sør-Rogaland Tingrett
Town: Stavanger
Postal code: 4001
Country: Norway
VI.4.2)Body responsible for mediation procedures
Official name: Sør-Rogaland Tingrett
Town: Stavanger
Postal code: 4001
Country: Norway
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Sandnes kommune
Town: Sandnes
Postal code: 4306
Country: Norway
VI.5)Date of dispatch of this notice:
01/09/2023