|
IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.
|
Procurement Notice Details
Onshore services [provision of quality assurance and quality control services pertaining to electric wireline logging services in scientific boreholes for project tbo]
Switzerland
Purchaser: Nagra
06/11/2018 S213 - - Services - Contract notice - Open procedure I.II.III.IV.VI. Switzerland-Wettingen: Onshore services
2018/S 213-489564
Contract notice – utilities
Services
Legal Basis:
Directive 2014/25/EU Section I: Contracting entity
I.1) Name and addresses Nagra Hardstrasse 73, Postfach 280 Wettingen 5430 Switzerland Contact person: A&V George Wewerka / QA-QC E-mail: george.wewerka@nagra.ch NUTS code: CH0 Internet address(es):
Main address: https://www.simap.ch
I.2) Information about joint procurement I.3) Communication Access to the procurement documents is restricted. Further information can be obtained at: http://www.simap.ch/shabforms/servlet/Search?NOTICE_NR=1044353 Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted to the abovementioned address I.6) Main activity Other activity: Nagra Section II: Object
II.1) Scope of the procurement II.1.1) Title: Provision of Quality Assurance and Quality Control (QA-QC) Services Pertaining to Electric Wireline Logging Services in Scientific Boreholes for Project TBO for National Corporation for Disposal of Radioactive Waste (NAGRA)
II.1.2) Main CPV code 76510000 II.1.3) Type of contract Services II.1.4) Short description: With this tender, Nagra wants to purchase provision of services for the quality assurance and quality control (QA-QC) of testing and logging activities in upcoming drilling campaign www.nagra.ch/en/tender-list.htm. Contractor primary task shall be to ensure that Electric Wireline Contractors (EWLCs) adhere strictly to the provisions stated in their respective contracts with Nagra especially provisions related to quality control and quality assurance, HSE and provisions pertaining to personnel and equipment.
Contractor shall have 2 main teams:
— Technical Supervisor (TSV)
— Technical Expert (TE)
The TSV is in charge of the coordination of the EWLCs The TSV takes day-to-day decisions and is the on-site technical authority when logging and testing operations are on-going. The TSV at the worksite shall be supported by a Technical Expert team at the Contractor’s base which is specialized in the quality control, processing and quicklook evaluation of acquired data with dedicated software.
II.1.5) Estimated total value II.1.6) Information about lots This contract is divided into lots: no II.2) Description II.2.1) Title: II.2.2) Additional CPV code(s) II.2.3) Place of performance NUTS code: CH0 Main site or place of performance: Northern Switzerland.
II.2.4) Description of the procurement: With this tender, Nagra wants to purchase provision of services for the quality assurance and quality control (QA-QC) of testing and logging activities in upcoming drilling campaign www.nagra.ch/en/tender-list.htm. Contractor primary task shall be to ensure that Electric Wireline Contractors (EWLCs) adhere strictly to the provisions stated in their respective contracts with Nagra especially provisions related to Quality Control and Quality Assurance, HSE and provisions pertaining to personnel and equipment.
Contractor shall have 2 main teams:
— Technical Supervisor (TSV)
— Technical Expert (TE)
The TSV is in charge of the coordination of the EWLCs The TSV takes day-to-day decisions and is the on-site technical authority when logging and testing operations are on-going. The TSV at the WORKSITE shall be supported by a Technical Expert team at the Contractor’s base which is specialized in the quality control, processing and quicklook evaluation of acquired data with dedicated software.
II.2.5) Award criteria Criteria below Cost criterion - Name: Project-specific organization and competence of key personnel / Weighting: 50 % Cost criterion - Name: Technical and project-specific competence of the bidder / Weighting: 20 % Cost criterion - Name: Price (overall project cost) / Weighting: 30 % II.2.6) Estimated value II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 15/01/2019 End: 31/12/2021 This contract is subject to renewal: no II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: yes Description of options: At the end of the contract, the Operator has the unilateral option to extend the contract applying same prices and same personnel of the Contractor.
The Contractor has no legal claim to a contract extension.
II.2.12) Information about electronic catalogues 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 III.1.2) Economic and financial standing Selection criteria as stated in the procurement documents III.1.3) Technical and professional ability List and brief description of selection criteria: S1: Technical capacity,
S2: Economic Performance,
S3: HSE Management,
S4: Personnel qualification,
S5: Personnel availability.
For details see tender documentation
III.1.4) Objective rules and criteria for participation III.1.5) Information about reserved contracts III.1.6) Deposits and guarantees required: III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: III.2) Conditions related to the contract III.2.1) Information about a particular profession III.2.2) Contract performance conditions: III.2.3) Information about staff responsible for the performance of the contract 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 IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6) Information about electronic auction 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.2.1) Previous publication concerning this procedure IV.2.2) Time limit for receipt of tenders or requests to participate Date: 14/12/2018 Local time: 16:00 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: English IV.2.6) Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 31/03/2019 IV.2.7) Conditions for opening of tenders Date: 17/12/2018 Local time: 23:59 Information about authorised persons and opening procedure: This is the planned opening date.
The opening is not public.
Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows VI.3) Additional information: Partial offers are not permitted.
Conditions for countries not party to the WTO agreement: None, as far as respective country grants equivalent counter-rights.
Terms of business: No terms and conditions of Contractor accepted. Terms and conditions of contract must be accepted with Submission of the offer.
Negotiations:
Basic procedural principles: Nagra assigns contracts only to bidders who ensure compliance with the on-site and Swiss health and safety regulations, as well as wage equality for men and women.
Additional information: Nagra reserves its right to freely award further, similar tasks related to this basic contract (in accordance to the bid decree of Canton of Aargau § 8, Abs. 3, lit. i).
Procedures for appeal:
1) An objection against this call for tender can be made within 10 days from its publication at the Administrative Court of Canton of Aargau, Obere Vorstadt 40, 5001 Aarau. The deadlock of deadlines in accordance to the Swiss civil procedure law does not apply in this case;
2) The objection has to be submitted in written form and should contain a motion and a justification. This includes:
(a) the indication on how the Administrative Court should decide
(b) and to demonstrate on which grounds this decision should be made;
3) An objection which does not comply with the requirements described under Points 1 and 2 will not be taken into consideration;
4) The contested tender should be specified, and all the possible evidence should be described and enclosed whenever possible. The objection has to be signed;
5) The contestant has to assume that a cost risk is associated with any objection: as a general rule, the losing party shall bear the procedural costs and, if applicable, the attorney fees of the adverse party.
Deadline/remarks: the fully completed and validly signed bid must be submitted in 2 hard copies (one original and one marked colour copy) together with all the required attachments. In addition, a USB stick containing the complete bid must be submitted. In the case of any discrepancies between the electronic and the hard copy, the signed bid on paper shall be valid. The bids must be received by Nagra at the latest on above stated deadline. Bids arriving after this deadline will not be evaluated and will be returned unopened.
Remarks (Desired deadline for questions in written form) questions on the submission can be sent in English to the forum of www.simap.ch until above stated date. Questions arriving after this deadline will not be answered. The answers will be published in the same forum within one week.
National reference publication: SIMAP of 2.11.2018, doc. 1044353 Desired deadline for questions in written form: 15.11.2018.
Documents of the invitation to tender are available from 2.11.2018 until 14.12.2018
VI.4) Procedures for review VI.4.1) Review body Bundesverwaltungsgericht Postfach St. Gallen 9023 Switzerland VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure VI.4.4) Service from which information about the review procedure may be obtained VI.5) Date of dispatch of this notice: 02/11/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|