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 - 86114-2022

16/02/2022    S33

Norway-Oslo: Environmental issues consultancy services

2022/S 033-086114

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Forsvarsbygg
National registration number: 975950662
Postal address: Grev Wedels plass 5
Town: OSLO
NUTS code: NO Norge
Postal code: 0151
Country: Norway
Contact person: Erik Andre Krey Holmstad
E-mail: erik.andre.krey.holmstad@forsvarsbygg.no
Internet address(es):
Main address: https://permalink.mercell.com/162214037.aspx
Address of the buyer profile: http://www.forsvarsbygg.no/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/162214037.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/162214037.aspx
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Defence

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Consultancy services for restoring nature

Reference number: 2021/4604
II.1.2)Main CPV code
90713000 Environmental issues consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The procurement is for consultancy services for restoring nature. The content of the framework agreement is professional assistance for restoring nature that will contribute to the contracting authority's projects are carried out in a way that prevents damage and is gentle as regards the nature, in addition to assistance with repairing damaged nature and restoration.

II.1.5)Estimated total value
Value excluding VAT: 7 500 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
71300000 Engineering services
71313000 Environmental engineering consultancy services
71313400 Environmental impact assessment for construction
71313450 Environmental monitoring for construction
90700000 Environmental services
90710000 Environmental management
90730000 Pollution tracking and monitoring and rehabilitation
II.2.3)Place of performance
NUTS code: NO Norge
II.2.4)Description of the procurement:

The content of the framework agreement is professional assistance for restoring nature that will contribute to the contracting authority's projects are carried out in a way that prevents damage and is gentle as regards the nature, in addition to assistance with repairing damaged nature and restoration.

Assistance is to be provided in a number of different projects in the construction phase and operational phase, including consultancy for restoration connected to excavation work, vehicle tracks, removal of matter, building and construction work, revegetation, polluted matter, in different terrain such as mountain, high water, bogs, rivers, etc.

The framework agreement is nationwide.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 7 500 000.00 NOK
II.2.7)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 (two) years.

The contracting authority can extend the contract for up to 1 (one) + 1 (one) year + 1 (one) year, to a maximum of 5 (five) years from the actual start-up date.

The framework agreement is announced for 2 (1+1+1) years, maximum up to 5 years, due to the need for security clearance and an expected long initial clearing period at NSM for employees and companies who are not security cleared.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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:

Requirement: Tenderers must be a legally established company.

Documentation requirement: Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below.

Requirement: Tenderers shall have their tax and duty payments in order

Documentation requirement: Tax and VAT certificate (RF-1316). The certificate can be ordered via www.altinn.no. The certificate must not be more than 6 months from the tender deadline. (only for Norwegian tenderers)

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

A credit rating, carried out by a company that can legally carry out credit ratings, of the tenderer that is not older than 6 months calculated from the application deadline.

The credit rating must contain an assessment of the tenderer’s payment history/reliability. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale.

If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the controlling company), equivalent credit assessment for this company must be submitted. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract.

Minimum level(s) of standards possibly required:

Tenderers must have sufficient financial capacity to fulfil the contract.

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

A list of the most important relevant deliveries in the last five years. The list must highlight the tenderer's role in the reference project, along with the value, dates and the name of the contracting authority.

Description of the tenderer´s total manpower and an organisation plan.

Certificate of the relevant quality assurance standard, e.g. NS-EN ISO 9001.

(Other certificates issued by bodies in EEA countries that comply with the Community regulations or the relevant European or international certification standards can also be presented.)

Or: A description of the tenderer's quality assurance system.

Minimum level(s) of standards possibly required:

Tenderers must have good experience from equivalent deliveries. Equivalent deliveries means deliveries of an equivalent scope, for example, framework agreements or equivalent, with assignments of a similar nature and complexity.

Tenderers must have the necessary capacity to implement the framework agreement.

Tenderers are required to have a good, well-functioning quality assurance system.

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: 18/03/2022
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.2.7)Conditions for opening of tenders
Date: 18/03/2022
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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: Oslo Tingrett
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:
11/02/2022