Auftragsbekanntmachung
Dienstleistungen
Richtlinie 2004/18/EG
Abschnitt I: Öffentlicher Auftraggeber
I.1) Name, Adressen und Kontaktstelle(n)
Nordhordland Utviklingsselskap IKS
971 361 514
Postboks 13
Zu Händen von: Rune Heradstveit
5902
Isdalstø
NORWEGEN
+47 90753459
MTdpaGxtOWdoa11haGtdZVpnXSdnXm0=
Internet-Adresse(n):
Adresse des Beschafferprofils: https://kgv.doffin.no/ctm/Supplier/CompanyInformation/Index/53629
Elektronischer Zugang zu Informationen: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/127319
Weitere Auskünfte erteilen:
die oben genannten Kontaktstellen
Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für den wettbewerblichen Dialog und ein dynamisches Beschaffungssystem) verschicken:
die oben genannten Kontaktstellen
Angebote oder Teilnahmeanträge sind zu richten an:
die oben genannten Kontaktstellen
Abschnitt II: Auftragsgegenstand
II.1) Beschreibung
II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
71221000, 71000000, 71210000, 71240000
Beschreibung
Dienstleistungen von Architekturbüros bei Gebäuden.
Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen.
Beratungsdienste von Architekten.
Dienstleistungen von Architektur- und Ingenieurbüros sowie planungsbezogene Leistungen.
Abschnitt IV: Verfahren
IV.3) Verwaltungsangaben
IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung
IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
10.4.2015 - 12:00
IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
Sonstige: Norwegian.
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
For the attention of: Telephone: E-mail: Nordhordland Utviklingsselskap IKS 971 361 514 Postboks 13 Rune Heradstveit 5902Isdalstø NORWAY +47 90753459 MjE3X15iYy9dXmFTV15hU1tQXVMdXVRj
Internet address(es):
Address of the buyer profile: https://kgv.doffin.no/ctm/Supplier/CompanyInformation/Index/53629
Electronic access to information: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/127319
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority
Regional or local agency/office
I.3) Main activity
General public services
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Architect services, Region Nordhordland Helsehus IKS.
II.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Isdalstø, Norway.
NUTS code NO0
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s)
Region Nordhordland Helsehus IKS shall construct a new health centre in Knarvik for the population in the 9 owner municipalities; Austrheim, Fedje, Gulen, Lindås, Masfjorden, Meland, Modalen, Osterøy, Radøy.
The health centre shall be realised through a cooperation between RNHI and the 9 owner municipalities and Helse Bergen HF.
The health centre is not a hospital, but the centre will include various health services, both at primary and specialist health service level, and it shall include services connected to 24 hour treatment, outpatients and ambulant services, as well as management and administration.
The collaboration reform has been approved and several assignments shall be transferred from hospitals to municipalities. The health centre shall consolidate and strengthen the existing good professional environment and service offer by developing new collaboration forms and interfaces between them.
The project shall realise basic values stipulated in approved collaboration agreements between the actors. The planning, design, construction, service development and further operation of the health centre shall realise this through:
— Having the user/patient perspective as central;
— Positive attitudes and culture;
— Dialogue;
— Equality.
The builder is committed to getting a flexible building as regards the future and synergies and interaction connected to the co-localisation are important.
This contract includes the following disciplines, architect (Ark), landscape architect (LARK), interior architect (IARK), fire consultant (RIBR) and acoustics consultant (RIAKU).
The project shall be carried out as a turnkey contract. The architect shall be transported to the turnkey contractor. The engineering design group shall otherwise be detached.
The legal entity for the contract is Region Nordhordland Helsehus IKS. This company is in the process of being established, so it is therefore Nordhordland Utviklingsselskap IKS that is inviting tenderers to and carrying out an open tender contest. The contract shall be signed with Regional Nordhordland Helsehus IKS.
II.1.6) Common procurement vocabulary (CPV)
71221000, 71000000, 71210000, 71240000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
The architect shall, through the room programme, sketch project and preliminary project, prepare the basis for the procurement of a turnkey contractor, together with the other consultants.
The service description was prepared based on the the architect service description– AY10.
Area.
The starting point for the area is 8 000 m² gross plus a car park of approx. 3 000 m² gross. The architect shall sketch a solution for full utilisation of the site, 12 000 m² gross.
Development and risk classes:
The building's functions shall, to a large degree, be aimed at outpatients and 24 based services, as well as administrative functions. The building includes ward(s) which will require assisted escape. The building is to have a minimum of four storeys as well as a basement/car park.
The risk class will therefore be class 6, depending on the floor, BKL at least class 2, probably class 3.
The development classes will most likely be class 3 for all disciplines.
Groups, group composition and delivery interface:
The architect shall also cover landscape architect, interior architect, RIBR and RIAKU, either by self-documented competence or by joint and several liability agreements with sub consultants. Other technical consultants will be contracted in a separate tender contest after the architect contest.
The architect shall not have the role of project manager, engineering design manager, responsible applicant or SHA coordinator.
The architect will follow the project until the hand over has taken place, and all the guarantee work has been completed, the plan for management, operation and maintenance (MOM) has been submitted and the 1st year guarantee inspection has been carried out.
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 009 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The tenderer must be a legally established company.
— Norwegian companies: Company Registration Certificate.
— Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
The tenderer shall have his tax and VAT payments in order.
— Certificate for paid VAT.
— A certificate for tax and a certificate for paid fees issued either by the local tax office or the tax collection office where the tenderer has their headquarters. These certificates must not be more than 6 months old. See: http://www.skatteetaten.no/Templates/Artikkel.aspx?id=9196&epslanguage=NO
— Foreign tenderers must provide certificates from equivalent authorities to the Norwegian ones.
The tenderer shall have and document a functioning HSE system.
— HSE self-declaration stating that the service provider fulfils, or will fulfil upon award of contract, legal requirements in Norway within health, environment and safety.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Credit evaluation/rating, not older than 6 months, and which is based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. The rating must be at least A or better, measured against the AAA Soliditet's scale — or equivalent score from another reputable rating company.
If the tenderer's credit rating is not sufficient, for example a newly started company with a credit rating of AN, can still compensate for this by supplying adequate unconditional guarantees from banks and/or parent company with adequate credit rating. Any such alternative documentation shall follow as a part of the tender offer.
— The tenderer's annual accounts or extracts thereof for the last 3 years.
— Statement of the company's turnover for the last 3 years, which are relevant to this contract.
Minimum level(s) of standards possibly required: The tenderer must document economic capacity to carry out the assignment/contract.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
— List of the most important deliveries or services performed during the past 5 years, including information about the value, time, and the name of the public or private recipients. If the services were for public contracting authorities, this should be documented by certificates issued or confirmed by the authority concerned.
— A statement of how much of the contract the service provider intends to leave to sub suppliers.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
Architect services Region Nordhordland Helsehus 2015
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
10.4.2015 - 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
Other: Norwegian.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
in days: 090 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders
Date: 10.4.2015 - 13:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
VI.4.2) Lodging of appeals
VI.4.3) Service from which information about the lodging of appeals may be obtained
VI.5) Date of dispatch of this notice:
25.2.2015