Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Melhus kommune
National registration number: 938726027
Postal address: Postboks 55
Town: MELHUS
NUTS code: NO Norge
Postal code: 7221
Country: Norway
Contact person: Caroline Mevik
E-mail: caroline.mevik@melhus.kommune.no
Telephone: +47 41501660
Internet address(es):
Main address: https://permalink.mercell.com/173913704.aspx
Address of the buyer profile: http://www.melhus.kommune.no/
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/173913704.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/173913704.aspx
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework agreement for geotechnics and engineering geology
Reference number: 2022/599
II.1.2)Main CPV code71300000 Engineering services
II.1.3)Type of contractServices
II.1.4)Short description:
Melhus Municipality invites tenderers to a contest for a framework agreement for engineering design and consultancy services within geotechnics and engineering geology in Melhus Municipality. Most of the consultancy services will be within geotechnics. The contracting authority will enter into a framework agreement with up to three tenderers, with the assignments being awarded according to the 'waterfall method'.
Information on what requirements the contracting authority will set for the consultant, as well as what type of assignments will be included in the contract is in chapter 4 of the tender documentation.
II.1.5)Estimated total valueValue excluding VAT: 12 000 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)71500000 Construction-related services
71600000 Technical testing, analysis and consultancy services
II.2.3)Place of performanceNUTS code: NO060 Trøndelag
II.2.4)Description of the procurement:
See the attached tender documentation and annexes for further details on the assignment, qualification requirements, and award criteria.
Contract provisions: NS 8401/ NS 8402.
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: 12 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Option for one year + one year
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:
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 standingList and brief description of selection criteria:
- Tenderers must have liability insurance that meets the requirements in NS 8401 and NS 8402. Tenderers must be able to present an insurance certificate.
- Credit assessment/rating: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must have minimum rating A or equivalent. The selected tenderer(s) must attach a credit assessment/rating, which is not older than 3 years and which is based on the last known accounting figures. The rating must be carried out by a publicly approved credit rating institution.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
- A description of the tenderer's most relevant assignments in the last 3 years:
Tenderers must have experience from assignments of an equivalent nature. Equivalent nature means assignments that cover a representative selection of the typical assignments within consultancy and engineering design services within geotechnics and engineering geology, cf. chapter 4.1 of the tender documentation. Description of the tenderer's most relevant contracts in the course of the last 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 confirm relevance through the description. A tenderer 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 service provider. See chapter 6.6.3 of the tender documentation.
- Tenderers must have a quality assurance system suited to the content of the contract:
The documentation must be provided in one of the following ways:
1. Description of the company's routines for quality management, with emphasis on quality assurance, resource management, management responsibility and continuous analysis and improvement.
2. Certificate for the company's quality system/management system, issued by independent bodies confirming that the tenderer fulfils certain quality assurance standards, for example ISO 9001.
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 several operators
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 29/03/2022
Local time: 13:00
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 tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 29/03/2022
Local time: 13:05
Place:
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: Trøndelag tingrett
Postal address: Postboks 2317 Torgarden
Town: Trondheim
Postal code: 7004
Country: Norway
E-mail: trondelag.tingrett@domstol.no
VI.5)Date of dispatch of this notice:24/02/2022
http://ted.europa.eu/udl?uri=TED:NOTICE:110235-2022:TEXT:EN:HTML&src=0&tabId=2