Hopp til hovedinnhold
StartSøk og filterProcurement of consultancy services Verification of interim REDD+ Performance Indicators under Norway´s partnership on REDD+
Konkurranse
Kunngjøring av konkurranse
Utgått
Kunngjort i EØS

Procurement of consultancy services Verification of interim REDD+ Performance Indicators under Norway´s partnership on REDD+

Anskaffelsens tidslinje (Beta)

Planlegging
0
Resultat
0

The awarding authority wishes to enter into an agreement with a consultancy company or organization to undertake an independent verification of reported results of indicators for REDD+ Performance, specifically as outlined below and as detailed in Norway's partnerships with REDD+ countries. These may include emissions or removals related to: 1. Gross Deforestation; 2. Forest degradation; 3. Conservation of forest carbon stocks; 4. Sustainable management of forests; 5. Enhancement of forest carbon stocks. Verifications are to be undertaken in 2019-2020, with possible extensions of the contract may cover verifications in year 2021, and 2022. The contract will be awarded to a company or organisation based on this Tender Document including annexes.

Del 1: Buyer

1.1 Buyer

Official name

[Klima- og miljødepartementet] ---

Legal type of the buyer

Central government authority

Activity of the contracting authority

General public services

Del 2: Procedure

2.1 Procedure

Title

Procurement of consultancy services Verification of interim REDD+ Performance Indicators under Norway´s partnership on REDD+

Description

The awarding authority wishes to enter into an agreement with a consultancy company or organization to undertake an independent verification of reported results of indicators for REDD+ Performance, specifically as outlined below and as detailed in Norway's partnerships with REDD+ countries. These may include emissions or removals related to: 1. Gross Deforestation; 2. Forest degradation; 3. Conservation of forest carbon stocks; 4. Sustainable management of forests; 5. Enhancement of forest carbon stocks. Verifications are to be undertaken in 2019-2020, with possible extensions of the contract may cover verifications in year 2021, and 2022. The contract will be awarded to a company or organisation based on this Tender Document including annexes.

Procedure identifier

2019-340459

Internal identifier

18/3435

Type of procedure

Open

2.1.1 Purpose

Nature of the contract

Services

Main classification

Konsulentvirksomhet i forbindelse med forskning og utvikling

2.1.3 Value

Estimated value excluding VAT

8 000 000 NOK

2.1.4 Generell informasjon

Directive 2014/24/EU

Del 5: Lot

5.1 Lot LOT-0000

Title

Procurement of consultancy services Verification of interim REDD+ Performance Indicators under Norway´s partnership on REDD+

Description

The awarding authority wishes to enter into an agreement with a consultancy company or organization to undertake an independent verification of reported results of indicators for REDD+ Performance, specifically as outlined below and as detailed in Norway's partnerships with REDD+ countries. These may include emissions or removals related to: 1. Gross Deforestation; 2. Forest degradation; 3. Conservation of forest carbon stocks; 4. Sustainable management of forests; 5. Enhancement of forest carbon stocks. Verifications are to be undertaken in 2019-2020, with possible extensions of the contract may cover verifications in year 2021, and 2022. The contract will be awarded to a company or organisation based on this Tender Document including annexes.

5.1.1 Purpose

Nature of the contract

Services

Main classification

Konsulentvirksomhet i forbindelse med forskning og utvikling

5.1.2 Place of performance

Anywhere

5.1.3 Estimated duration

Duration

24 MONTH

5.1.4 Renewal

Maximum renewals

0

Description

The contractual period is 2 years from date to date, starting from the date the contract is signed. The Costumer will have the option to extend the contract for a further 2 years, with one- year terms, 1+1 years.

5.1.5 Value

Estimated value excluding VAT

8 000 000 NOK

5.1.6 Generell informasjon

Reserved participation

None

The names and professional qualifications of the staff assigned to perform the contract must be given

{code|name|requirement-stage.}

Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Criterion

Type

Suitability to pursue the professional activity

Description

Paid Taxes and duties • Certificate confirming that the tenderer has fulfilled its obligations regarding payment of taxes, social security contributions and VAT. The certificate must be no more than 6 months old. • Service Providers with tax arrears related to the tax certificates will be refused. Exceptions to this may be granted in cases where the supplier is engaged in dispute settlement procedures with the tax authorities. In such cases, documentation regarding this must be provided as part of the tender. Legally established company • Company registration certificate.

Use of this criterion

Used

Criterion

Type

Economic and financial standing

Description

The Service Provider shall have adequate financial capacity to fulfil the contract. • Presentation of credit rating no older than 6 months. • Other documentation that can verify the Service Provider’s financial capacity.

Use of this criterion

Used

Criterion

Type

Technical and professional ability

Description

The Service Provider shall have relevant experience such as: - Previous experiences in review or verification of reported estimates of emissions from deforestation and forest degradation, preferably at national or large sub-national scale in a REDD+ context. - Understanding of the UNFCCC REDD+ process, its requirments for MRV and relevant IPCC Guidelines • The Service Provider should provide description of similar assignments during the last 3 years with references and, if possible, value of the delivery. This may include specification of work connected with establishing, operating and development of complete or partial services related to similar situations. The Service Provider should have the necessary resources to complete the contract. The chosen supplier, regardless of its organisational set up, as a whole must demonstrate an integrated approach in line with the requirements put out in section 4. • Service Providers should describe how they will access the necessary resources (personnel and other) to complete the contract. This description should include how they intend to organise their efforts in relation to the assignment. They should give an overview of the number of employees involved in the relevant type of services as well as total numbers of employees in the organization(s). The assignment shall be carried out by a team of at least two persons. • The organization must be recognised as an independent organisation, with no political bias. Furthermore, the organisation should not have any commercial relations with, or other relations which may influence its objectivity to the REDD+ country The criterion of independence also applies to any external consultants hired by the organisation to complete the assignment. • As indicators of independence, the ServicePprovider may provide information related to sources of funding, board members, engagement in public discourse, circumstances related to the founding of the institution, and other information as deemed relevant. Strong academic credentials, including the publication of peer-reviewed scientific material, may also be referred to as indicators of independence.

Use of this criterion

Used

Information about the second stage of a two-stage procedure

Minimum number of candidates to be invited for the second stage of the procedure

0

5.1.11 Procurement documents

Address of the procurement documents

[ http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=230866&B=DFO ] ---

5.1.12 Terms of procurement

Terms of submission

Electronic submission

Tillatt

Languages in which tenders or requests to participate may be submitted

English, norsk

Electronic catalogue

{code|name|permission.}

Variants

Ikke tillatt

Deadline for receipt of tenders

11.03.2019 12:00:00+02:00

Deadline until which the tender must remain valid

102 DAY

Information about public opening

Date/time

11.03.2019 12:00:00+02:00

Terms of contract

Electronic invoicing

Ikke tillatt

5.1.15 Techniques

Rammeavtale

Framework agreement, without reopening of competition

Maximum number of participants

1

Information about the dynamic purchasing system

None

5.1.16 Further information, mediation and review

Review organisation

[ Klima- og miljødepartementet ] ---

Organisation providing additional information about the procurement procedure

[ Klima- og miljødepartementet ] ---

Organisation receiving requests to participate

[ Klima- og miljødepartementet ] ---

Del 8: Organisations

8.1 ORG-0001

Official name

Klima- og miljødepartementet

Registration number

972 417 882

Postal address

Postboks 8013 Dep

Town

Oslo

Postcode

0030

Country

Norge

Contact point

Siri Hodne

Email

siri.hodne@dss.dep.no

Telephone

+47 22249090

Roles of this organisation

8.1 ORG-0002

Official name

Klima- og miljødepartementet

Town

Postboks 8013 Dep

Postcode

0030

Country

Norge

Email

postmottak@kld.dep.no

Roles of this organisation

Notice information

11.1 Notice information

Notice identifier/version

2019-340459 01

Form type

Competition

Notice type

Contract or concession notice – standard regime

Notice dispatch date

05.02.2019 12:00:00+02:00

Languages in which this notice is officially available

norsk (bokmål)

11.2 Publication information

Notice publication number

n.a.

Publication date

05.02.2019

Klima- og miljødepartementet

Referanse
2019-340459
Kunngjøringsdato
05.02.2019
Estimert verdi
8 000 000 NOK
Type kunngjøring
Kunngjøring av konkurranse
Hovedaktivitet
Alminnelig offentlig tjenesteyting

Kategori (CPV)

Konkurransedokumenter

Se alle dokumenter tilhørende konkurransen i oppdragsgiverens støtteverktøy

Gå til dokumenter