Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
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 code90713000 Environmental issues consultancy services
II.1.3)Type of contractServices
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 valueValue excluding VAT: 7 500 000.00 NOK
II.1.6)Information about lotsThis 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 performanceNUTS 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 7 500 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList 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 standingList 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 abilityList 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 procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe 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 participateDate: 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 tendersDate: 18/03/2022
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic 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 bodyOfficial name: Oslo Tingrett
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:11/02/2022