Ausschreibung: Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen - NO-Oslo Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen Dienstleistungen von Ingenieurbüros Dienstleistungen im Bauwesen Dokument Nr...: 307224-2020 (ID: 2020070109164823912) Veröffentlicht: 01.07.2020 * NO-Oslo: Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen 2020/S 125/2020 307224 Auftragsbekanntmachung Dienstleistungen Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Norcem AS Nationale Identifikationsnummer: 934949145 Postanschrift: Lilleakervn.2B Ort: Oslo NUTS-Code: NO NORGE Postleitzahl: 0283 Land: Norwegen Kontaktstelle(n): Morten Hagen E-Mail: [6]morten.hagen@heidelbergcement.com Telefon: +47 91326320 Internet-Adresse(n): Hauptadresse: [7]https://permalink.mercell.com/130204683.aspx Adresse des Beschafferprofils: [8]http://www.norcem.no/ I.2)Informationen zur gemeinsamen Beschaffung I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]https://permalink.mercell.com/130204683.aspx Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]https://permalink.mercell.com/130204683.aspx I.4)Art des öffentlichen Auftraggebers Andere: Private actors with public resources I.5)Haupttätigkeit(en) Wirtschaft und Finanzen Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Notice for Project and Consultancy Services II.1.2)CPV-Code Hauptteil 71000000 Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen II.1.3)Art des Auftrags Dienstleistungen II.1.4)Kurze Beschreibung: The aim of the procurement is to make Norcem's procurements of consultancy services for the carbon capture project at Brevik from one place. The framework agreements will ensure that Norcem has quick access to the capacity and expertise within the disciplines described below. The contracts will facilitate a long term and developing collaboration between Norcem and suppliers. Click here [11]https://permalink.mercell.com/130204683.aspx II.1.5)Geschätzter Gesamtwert II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 71300000 Dienstleistungen von Ingenieurbüros 71500000 Dienstleistungen im Bauwesen II.2.3)Erfüllungsort NUTS-Code: NO034 Telemark Hauptort der Ausführung: Brevik. II.2.4)Beschreibung der Beschaffung: About the contracting authority and the carbon capture and storage project. Norwegian authorities have had clear ambitions connected to carbon capture and storage for a long time. Norcem Brevik and the waste incineration plant at Klemetsrud are to two Norwegian sites that are now being considered for CO2 capture. The cement industry has large CO2 emissions. Globally it amounts to 5-7 % of the total CO2 emissions (1.9 gigatons CO2 a year). In Norway the share is 2 %. Norcem Brevik emits between 820 000 and 890 000 tonnes CO2 a year. Norcem, with its owner HeidelbergCement, has a vision of zero emissions of CO2 from concrete products when seen over a life cycle perspective in 2030. In order to achieve this vision, it is necessary to capture CO2 from cement production. If the measure is realised, Norcem Brevik will be the world's first cement factory with full-scale CO2 capture. Norcem has, in cooperation with Aker Solutions, tested the capture and treatment of CO2 at the factory in Brevik. The tests and experience has been successful, and Aker's amine technology will from the basis of the project. The flue gas is collected form the factory pipe. The gas, which is 100-165 degrees, is cooled down to 30 degrees in a cooling tower. Sodium hydroxide (lye) is added to remove sulphur dioxide and hydrochloric acid from the flue gas. The cooled flue gas then goes into an absorber. The CO2 is bound here to an amine solution. The CO2 rich amine solution is then pumped over into a desorber. The temperature is raised to 120 degrees so the connection between the amine solution and the CO2 is broken and pure CO2 gas is formed. This is an energy demanding process the residual heat from the factory is used for this heating. The CO2 gas then goes to a compressor. The pressure is increased here and the gas transforms to a liquid state. The liquid CO2 is then transported to a temporary storage area and is ready for shipment by a tanker. The gas is transported by ship to a temporary storage area at Kolsnes, before it is pumped out to a permanent storage area in the Johansen formation to the south of Troll in the North Sea. The capture plant will capture 55 tonnes of CO2 an hour, or 400 000 tonnes a year. The project involves factory alterations. The capture installations will be placed/built next to the existing cement oven 6. It consists of different components that absorb, strip, compress and dry. In addition, a heating boiler is to be constructed, which will take out energy from Norcem's process flue gas in order to run the plant. A new and higher pipe is to be constructed, and is a need for alterations to the pipe channels for connecting the capture installations and heat exchangers. Tank for amine and NaOH solutions are to be constructed. Seawater will be used in the process for cooling. A seawater intake will therefore be established by Sekke jetty. Pipes from the process area to the temporary storage area, and from the temporary storage area to the harbour/loading arm. The temporary storage of the captured and conditioned CO2 is to be established by a future storage hall for limestone. It consists of six standing storage tanks with a total volume of 5 300 tonnes CO2. Offices and workshops must be demolished, so a new maintenance centre must therefore be constructed. The quay installations must be upgraded concerns the 'Cement Quay'. 'Kulkaia' and 'Stavkaia' are planned to be demolished. II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 48 Dieser Auftrag kann verlängert werden: nein II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit III.1.3)Technische und berufliche Leistungsfähigkeit III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.1)Angaben zu einem besonderen Berufsstand III.2.2)Bedingungen für die Ausführung des Auftrags: III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Verpflichtung zur Angabe der Namen und beruflichen Qualifikationen der Personen, die für die Ausführung des Auftrags verantwortlich sind Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Verhandlungsverfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs Abwicklung des Verfahrens in aufeinander folgenden Phasen zwecks schrittweiser Verringerung der Zahl der zu erörternden Lösungen bzw. zu verhandelnden Angebote IV.1.5)Angaben zur Verhandlung IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 31/07/2020 Ortszeit: 12:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber Tag: 07/08/2020 IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Norwegisch IV.2.6)Bindefrist des Angebots IV.2.7)Bedingungen für die Öffnung der Angebote Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen Die elektronische Rechnungsstellung wird akzeptiert VI.3)Zusätzliche Angaben: VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Oslo Tingrett Ort: Oslo Land: Norwegen VI.4.2)Zuständige Stelle für Schlichtungsverfahren Offizielle Bezeichnung: KOFA Postanschrift: Zander Kaas gate 7 Ort: Bergen Postleitzahl: 5015 Land: Norwegen VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt Offizielle Bezeichnung: Norcem AS Postanschrift: Lilleakervn 2A Ort: Lilleaker Postleitzahl: 0283 Land: Norwegen E-Mail: [12]morten.hagen@heidelbergcement.com VI.5)Tag der Absendung dieser Bekanntmachung: 29/06/2020 References 6. mailto:morten.hagen@heidelbergcement.com?subject=TED 7. https://permalink.mercell.com/130204683.aspx 8. http://www.norcem.no/ 9. https://permalink.mercell.com/130204683.aspx 10. https://permalink.mercell.com/130204683.aspx 11. https://permalink.mercell.com/130204683.aspx 12. mailto:morten.hagen@heidelbergcement.com?subject=TED OT: 01/07/2020 S125 Services - Contract notice - Competitive procedure with negotiation Norway-Oslo: Architectural, construction, engineering and inspection services 2020/S 125-307224 Contract notice Services Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Norcem AS National registration number: 934949145 Postal address: Lilleakervn.2B Town: Oslo NUTS code: NO NORGE Postal code: 0283 Country: Norway Contact person: Morten Hagen E-mail: [6]morten.hagen@heidelbergcement.com Telephone: +47 91326320 Internet address(es): Main address: [7]https://permalink.mercell.com/130204683.aspx Address of the buyer profile: [8]http://www.norcem.no/ I.2)Information about joint procurement I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [9]https://permalink.mercell.com/130204683.aspx Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]https://permalink.mercell.com/130204683.aspx I.4)Type of the contracting authority Other type: Private actors with public resources I.5)Main activity Economic and financial affairs Section II: Object II.1)Scope of the procurement II.1.1)Title: Notice for Project and Consultancy Services II.1.2)Main CPV code 71000000 Architectural, construction, engineering and inspection services II.1.3)Type of contract Services II.1.4)Short description: The aim of the procurement is to make Norcem's procurements of consultancy services for the carbon capture project at Brevik from one place. The framework agreements will ensure that Norcem has quick access to the capacity and expertise within the disciplines described below. The contracts will facilitate a long term and developing collaboration between Norcem and suppliers. Click here [11]https://permalink.mercell.com/130204683.aspx 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) 71300000 Engineering services 71500000 Construction-related services II.2.3)Place of performance NUTS code: NO034 Telemark Main site or place of performance: Brevik. II.2.4)Description of the procurement: About the contracting authority and the carbon capture and storage project. Norwegian authorities have had clear ambitions connected to carbon capture and storage for a long time. Norcem Brevik and the waste incineration plant at Klemetsrud are to two Norwegian sites that are now being considered for CO2 capture. The cement industry has large CO2 emissions. Globally it amounts to 5-7 % of the total CO2 emissions (1.9 gigatons CO2 a year). In Norway the share is 2 %. Norcem Brevik emits between 820 000 and 890 000 tonnes CO2 a year. Norcem, with its owner HeidelbergCement, has a vision of zero emissions of CO2 from concrete products when seen over a life cycle perspective in 2030. In order to achieve this vision, it is necessary to capture CO2 from cement production. If the measure is realised, Norcem Brevik will be the world's first cement factory with full-scale CO2 capture. Norcem has, in cooperation with Aker Solutions, tested the capture and treatment of CO2 at the factory in Brevik. The tests and experience has been successful, and Aker's amine technology will from the basis of the project. The flue gas is collected form the factory pipe. The gas, which is 100-165 degrees, is cooled down to 30 degrees in a cooling tower. Sodium hydroxide (lye) is added to remove sulphur dioxide and hydrochloric acid from the flue gas. The cooled flue gas then goes into an absorber. The CO2 is bound here to an amine solution. The CO2 rich amine solution is then pumped over into a desorber. The temperature is raised to 120 degrees so the connection between the amine solution and the CO2 is broken and pure CO2 gas is formed. This is an energy demanding process the residual heat from the factory is used for this heating. The CO2 gas then goes to a compressor. The pressure is increased here and the gas transforms to a liquid state. The liquid CO2 is then transported to a temporary storage area and is ready for shipment by a tanker. The gas is transported by ship to a temporary storage area at Kolsnes, before it is pumped out to a permanent storage area in the Johansen formation to the south of Troll in the North Sea. The capture plant will capture 55 tonnes of CO2 an hour, or 400 000 tonnes a year. The project involves factory alterations. The capture installations will be placed/built next to the existing cement oven 6. It consists of different components that absorb, strip, compress and dry. In addition, a heating boiler is to be constructed, which will take out energy from Norcem's process flue gas in order to run the plant. A new and higher pipe is to be constructed, and is a need for alterations to the pipe channels for connecting the capture installations and heat exchangers. Tank for amine and NaOH solutions are to be constructed. Seawater will be used in the process for cooling. A seawater intake will therefore be established by Sekke jetty. Pipes from the process area to the temporary storage area, and from the temporary storage area to the harbour/loading arm. The temporary storage of the captured and conditioned CO2 is to be established by a future storage hall for limestone. It consists of six standing storage tanks with a total volume of 5 300 tonnes CO2. Offices and workshops must be demolished, so a new maintenance centre must therefore be constructed. The quay installations must be upgraded concerns the 'Cement Quay'. 'Kulkaia' and 'Stavkaia' are planned to be demolished. II.2.5)Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6)Estimated value II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 48 This contract is subject to renewal: no II.2.9)Information about the limits on the number of candidates to be invited II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no 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 III.1.3)Technical and professional ability III.1.5)Information about reserved contracts 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 Obligation 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 procedure Competitive procedure with negotiation 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 Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated IV.1.5)Information about negotiation 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: 31/07/2020 Local time: 12:00 IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 07/08/2020 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 tender IV.2.7)Conditions for opening of tenders Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows Electronic invoicing will be accepted VI.3)Additional information: VI.4)Procedures for review VI.4.1)Review body Official name: Oslo Tingrett Town: Oslo Country: Norway VI.4.2)Body responsible for mediation procedures Official name: KOFA Postal address: Zander Kaas gate 7 Town: Bergen Postal code: 5015 Country: Norway VI.4.3)Review procedure VI.4.4)Service from which information about the review procedure may be obtained Official name: Norcem AS Postal address: Lilleakervn 2A Town: Lilleaker Postal code: 0283 Country: Norway E-mail: [12]morten.hagen@heidelbergcement.com VI.5)Date of dispatch of this notice: 29/06/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de