415 Framework agreement, programme, project and senior project manager.

Norwegian Nuclear Decommissioning has been given the task of carrying out the clean-up of Norway ́s nuclear activity. The assignment consists of winding down the Norwegian nuclear facilities, located in Kjeller and Halden, as well as handling all man-made radioactive waste for the benefit of today's and future generations. Decommissioning …

CPV: 71000000 Servicios de arquitectura, construcción, ingeniería e inspección, 71541000 Servicios de gestión de proyectos de construcción, 72224000 Servicios de consultoría en gestión de proyectos
Plazo:
7 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
415 Framework agreement, programme, project and senior project manager.
Organismo adjudicador:
Norsk nukleær dekommisjonering (NND)
Número de premio:
2024/170

1. Buyer

1.1 Buyer

Official name : Norsk nukleær dekommisjonering (NND)
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : 415 Framework agreement, programme, project and senior project manager.
Description : Norwegian Nuclear Decommissioning has been given the task of carrying out the clean-up of Norway ́s nuclear activity. The assignment consists of winding down the Norwegian nuclear facilities, located in Kjeller and Halden, as well as handling all man-made radioactive waste for the benefit of today's and future generations. Decommissioning of the installations includes removing radioactive sources, disassembling equipment and systems, demolishing structures and buildings, and transferring radioactive material to a facility that is certified for reception, storage and landfill. The assignment requires an extensive scope of planning and review work in the form of thorough mapping, condition surveys and preparations in many different areas. NND and IFE-NUK need to hired resources to assist with the management of programmes and the execution of projects. NND and IFE-NUK intend to enter into parallel framework agreements that shall cover the following areas: 1. Programme and senior project manager responsible for major projects, e.g., project programme. 2. Project manager with minor areas of responsibility, including, for example, technical project managers. NND intends to enter into a contract with 3-6 tenderers provided that there are a sufficient number of qualified and suitable tenders.
Procedure identifier : 9195776d-8044-497d-9e28-96ca71cd47e3
Internal identifier : 2024/170
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procedure open tender contest will be used, cf. procurement regulations § 13-1(1). Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71541000 Construction project management services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : There will be a requirement for on-site presence in Halden or Kjeller in several projects. The total extent of this is estimated to be approximatly 60%. This will be specified for each call-off/mini-contest.

2.1.3 Value

Estimated value excluding VAT : 600 000 000 Norwegian krone
Maximum value of the framework agreement : 900 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one can carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : All the rejection reasons in this competition are in accordance with PPR § 24-2. This also includes the purely national rejection reasons. The following rejection reasons are purely national: 1. The tenderer has accepted a writ for punishable conditions as mentioned in PPR § 24-2 (2), and 2. The tenderer has committed serious errors that lead to doubt about his professional integrity, cf. the Public Procurement Regulations § 24-2 (3) letter i).
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : See the tender documentation point 7.4
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 415 Framework agreement, programme, project and senior project manager.
Description : Norwegian Nuclear Decommissioning has been given the task of carrying out the clean-up of Norway ́s nuclear activity. The assignment consists of winding down the Norwegian nuclear facilities, located in Kjeller and Halden, as well as handling all man-made radioactive waste for the benefit of today's and future generations. Decommissioning of the installations includes removing radioactive sources, disassembling equipment and systems, demolishing structures and buildings, and transferring radioactive material to a facility that is certified for reception, storage and landfill. The assignment requires an extensive scope of planning and review work in the form of thorough mapping, condition surveys and preparations in many different areas. NND and IFE-NUK need to hired resources to assist with the management of programmes and the execution of projects. NND and IFE-NUK intend to enter into parallel framework agreements that shall cover the following areas: 1. Programme and senior project manager responsible for major projects, e.g., project programme. 2. Project manager with minor areas of responsibility, including, for example, technical project managers. NND intends to enter into a contract with 3-6 tenderers provided that there are a sufficient number of qualified and suitable tenders.
Internal identifier : 2024/170

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71541000 Construction project management services
Options :
Description of the options : The framework agreement period is four years. The contracting authority shall have the option to extend the framework agreement once or several times for a further two years.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : There will be a requirement for on-site presence in Halden or Kjeller in several projects. The total extent of this is estimated to be approximatly 60%. This will be specified for each call-off/mini-contest.

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 600 000 000 Norwegian krone
Maximum value of the framework agreement : 900 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial position requirements
Description : See the tender documentation point 7.5.
Use of this criterion : Used
Criterion :
Type : Other
Name : Requirements for quality assurance standards and environmental management standards.
Description : See the tender documentation point 7.7
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Organisational and legal position requirements
Description : See the tender documentation point 7.3
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Requirements regarding settled conditions in relation to payment of taxes, etc.
Description : See the tender documentation point 7.4
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements regarding technical and professional qualifications.
Description : See the tender documentation point 7.6
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 27/09/2024 21:55 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 07/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Access to a post-delivery is regulated by the public procurement regulations § 23-5.
Information about public opening :
Opening date : 07/10/2024 10:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Søndre Østfold Tingrett
Organisation receiving requests to participate : Norsk nukleær dekommisjonering (NND)
Organisation processing tenders : Norsk nukleær dekommisjonering (NND)

8. Organisations

8.1 ORG-0001

Official name : Norsk nukleær dekommisjonering (NND)
Registration number : 920440754
Postal address : Storgata 2A
Town : HALDEN
Postcode : 1767
Country : Norway
Contact point : Ronny Rosenvold
Telephone : +47 90896993
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Søndre Østfold Tingrett
Registration number : 926722808
Town : Fredrikstrad
Country : Norway
Telephone : 69 79 77 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 2a010bbc-009f-4bf6-8281-6a0812efa8b7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/09/2024 04:00 +00:00
Notice dispatch date (eSender) : 05/09/2024 04:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00537074-2024
OJ S issue number : 174/2024
Publication date : 06/09/2024