Norway-Bergen: Electronic equipment

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title Norway-Bergen: Electronic equipment
OJEU (High Value) 608883-2020
Type Invitation to tender
Date Published 2020-12-16
Deadline 2021-01-27 12:00:00
Nature Of Contract Supply contract
Awarding Authority
Procedure Open procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: FERDE AS
National registration number: National registration number: 918012745
Postal address: Fjøsangerveien 68
Town: Bergen
Postal code: 5068
Country: NO
Contact person: Christine Lyngsgård Larsen
Telephone: +47 55559494
E-mail: christine.lyngsgard.larsen@ferde.no
NUTS code: NO
Main address: https://permalink.mercell.com/145169425.aspx
Address of the buyer profile (URL): http://www.ferde.no/

Communication
I.3) Procurement documents
(URL):https://permalink.mercell.com/145169425.aspx

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
https://permalink.mercell.com/145169425.aspx
I.4) Type of the contracting authority: REGIONAL AGENCY
I.5.2) Other activity -
Road toll company

Section II: Object of Contract


Title:
Procurement of Roadside Equipment for the E18 Tvedestrand — Arendal, E39 Kristiansand West — Lyngdal West, and Svegatjørn — Rådal


II.1.4) Short description
Ferde AS invites tenderers to an open tender contest for the delivery, installation, and maintenance of roadside equipment (CPE) for three different toll collection systems on the E18 Tvedestrand — Arendal, the E39 Svegatjørn — Rådal and the E39 Kristiansand West — Lyngdal, Norway (hereafter referred to as the ‘system’).

II.01) Estimated value excluding VAT:
NOK 33000000.00

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: NO04
NUTS code: NO05
II.1.4) Short description
There will be a joint tender and evaluation process for these three projects. There will be one award of contract with three separate contracts and the accompanying progress plans. Tenderers must be able to manage all the projects at the same time when required.

The planned length for the toll collection on the E18 Tvedestrand — Arendal is until 2034 and the E39 Svegatjørn — Rådal is until 2040. The planned duration for toll collection on the E39 Kristiansand — Lyngdal is 15 years from SFC for each toll station. The contract period for the system will be a 4-year introductory period (from the start date for the maintenance contract), with an automatic extension of the terms for 1 year at a time, unless notice is given on the contract by the contracting authority.

II.2.5) Award criteria:

Value excluding VAT: NOK 33000000.00
II.02.07) Duration in months 48
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
Automatic extension for 1-year at a time.

II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
Three toll collection installations, c.f. the description in ITT.

The procurement is related to a project and/or programme financed by European Union funds): no

Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
Requirement: tenderers must be registered in a company register, professional register or

A trade register in the country where they are established.

Documentation:

Norwegian companies: a company registration certificate.

Foreign companies: documentation that the company is registered in a company register, professional register, or trade register in the country where the tenderer is established.

III.1.2.3) List and brief description of selection criteria
Requirement: tenderers must have sufficient economic and financial capacity to fulfil the requirements in the contract.

III.1.2.4) Minimum level(s) of standards possibly required
Documentation: Annual Financial Statements for 2017, 2018 and 2019 including the board and auditor’s reports, income statement, balance, notes, and auditor's report. A credit rating based on the most recent, known fiscal figures. The rating must be carried out by a credit information company that has a licence to conduct credit rating services. The contracting authority reserves the right to obtain a credit rating of the tenderer. Self-declaration from the company's board or manager on the expected economic development in 2020, which must include: Income loss in 2020 compared to the previous year's accounts, and the equivalent increase in expenses. Implications that this has for solvency and working capital. Measures for restoring the balance.

III.1.3.2) List and brief description of selection criteria
Requirement: tenderers must have good experience from equivalent deliveries.

Documentation: a description of the tenderer’s most important projects in the last 3 years. A description of the five most relevant projects that have been approved by the customer. At least one of these should be a single-gantry system delivered to a Norwegian customer. Further information is available from ITT chapter 4.

Tenderers must have the financial capacity to fulfil the contract.

Documentation: a description of the proposed organisation and relevant resources for this contract, including a description of any subsuppliers. A list of relevant projects in the last 3 years with the planned and actual SFC and final approval date. See the ITT chapter 4 for further information.

Requirement: tenderers must have implemented a well-functioning quality assurance system in accordance with ISO 9001:2015 or equivalent.

Documentation: a description of the quality assurance system. Certificate issued by an accredited third party. See the ITT chapter 4 for further information.

III.2.2) Contract performance conditions
SSA-T and SSA-V, with amendments and Annexes. See the tender documentation.

III.2.3) Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1.1) Type of procedure: Open

Notice number in the OJ S 2020/S 218-536469
IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2021-01-27
IV.2.2) Local time 12:00



IV.2.6) Tender must be valid until
2021-07-27
IV.2.7) Conditions for opening of tenders
IV.2.7) Date 2021-01-27
IV.2.7) Local time 12:00

Section V: Complementary information


VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

Review body:
Official name: Bergen tingrett
Town: Bergen
Country: NO

Section VI

Date of dispatch of this notice : 2020-12-11

CPV Codes
31710000; 31730000; 45315100; 50312610; 50324100; 50344000; 63712210; Electronic equipment; Electrotechnical equipment; Electrical engineering installation works; Maintenance of information technology equipment; System maintenance services; Repair and maintenance services of optical equipment; Highway toll services;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.