loading
  • NO-0201 Oslo, NO-0590 Oslo
  • 20.01.2017
  • Ausschreibung
  • (ID 2-251457)

Restricted tender competition for the purchase of contractor to demolition and construction of a new nursery school — Kilden Barnehage [Kilden Nursery School], Kildeveien 42


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.01.2017, 11:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 8
    Gebäudetyp Kindergärten, Vorschulen
    Art der Leistung Objektplanung Gebäude / Generalplanerleistung / Bauleistung
    Sprache Norwegisch
    Aufgabe
    The Contracting Authority shall establish a new nursery school with 12 stations in the Bjerke neighbourhood.
    Currently there are two older buildings on the sight that have been owned by The Norwegian Civil Defence, as well as a temporary nursery school. The Contracting Authority will be responsible for the removal of the temporary nursery school.
    Contractor/tenderer shall be responsible for the demolition of the existing buildings down to the cellar level and construction of a new nursery school with associated outdoor areas.
    The new nursery school consists of approximately 2,000 m2 of new buildings plus the existing cellars. The project has high environmental ambitions and is a FutureBuilt's model projects. The nursery school shall be constructed as a plus house (produces more energy than it consumes) and shall also achieve a BREEAM-NOR certificate (version 2012) level — Excellent. Oslo kommune's standard requirement specification in 2015 for nursery schools is the basis for the project and the nursery school is designed and shall be built in accordance with TEK10.
    Turnkey contract or general contract.
    The demolition works shall be carried out at a fixed price. Until issuing of the tender documentation, the Developer retains the right to regulated as a turnkey contract in accordance with NS 8407 or as a general contract in accordance with NS 8405. An environmental clearance description has been prepared, and will be enclosed with the tender documentation.
    General Contract:
    Construction of a new nursery school with outdoor area shall be executed as an ordinary general contracted based on NS 8405. An NS 3420 description, as well as completive annex and drawings shall be sent out together with the tender documentation.
    The Developer must give tender offer on the entire project, i.s. Both the demolition and construction work, and not only submit tender offers on 1 of the lots.
    Leistungsumfang
    The Contracting Authority shall establish a new nursery school with 12 stations in the Bjerke neighbourhood.
    Currently there are two older buildings on the sight that have been owned by The Norwegian Civil Defence, as well as a temporary nursery school. The Contracting Authority will be responsible for the removal of the temporary nursery school.
    Contractor/tenderer shall be responsible for the demolition of the existing buildings down to the cellar level and construction of a new nursery school with associated outdoor areas.
    The new nursery school consists of approximately 2,000 m2 of new buildings plus the existing cellars. The project has high environmental ambitions and is a FutureBuilt's model projects. The nursery school shall be constructed as a plus house (produces more energy than it consumes) and shall also achieve a BREEAM-NOR certificate (version 2012) level — Excellent. Oslo kommune's standard requirement specification in 2015 for nursery schools is the basis for the project and the nursery school is designed and shall be built in accordance with TEK10.
    Adresse des Bauherren NO-0201 Oslo
    Projektadresse Kildeveien 42
    NO-0590 Oslo
    TED Dokumenten-Nr. 450687-2016

  • Anzeigentext Ausschreibung

    maximieren

    •  

      Norway-Oslo: Construction work for kindergarten buildings

      2016/S 246-450687

      Contract notice

      Works

      Directive 2004/18/EC

      Section I: Contracting authority

      I.1)Name, addresses and contact point(s)

      Omsorgsbygg Oslo KF [Oslo municipality, the Municipal Undertaking for Social Service Buildings]
      985 987246
      Posboks 2773 Solli
      For the attention of: Frode Seglem
      0201 Oslo
      Norway
      Telephone: +47 23488000
      E-mail: MjE1YWBkZV5gZWVSXDFgU2ofYGRdYB9cYF5eZl9WH19g

      Internet address(es):

      General address of the contracting authority: http://omsorgsbygg.oslo.kommune.no/

      Address of the buyer profile: https://kgv.doffin.no/ctm/Supplier/CompanyInformation/Index/3361

      Electronic access to information: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/150296

      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
      Other: a municipal company
      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:
      Restricted tender competition for the purchase of contractor to demolition and construction of a new nursery school — Kilden Barnehage [Kilden Nursery School], Kildeveien 42.
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Works
      Execution
      Main site or location of works, place of delivery or of performance: Oslo.

      NUTS code NO

      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)
      The Contracting Authority shall establish a new nursery school with 12 stations in the Bjerke neighbourhood.
      Currently there are two older buildings on the sight that have been owned by The Norwegian Civil Defence, as well as a temporary nursery school. The Contracting Authority will be responsible for the removal of the temporary nursery school.
      Contractor/tenderer shall be responsible for the demolition of the existing buildings down to the cellar level and construction of a new nursery school with associated outdoor areas.
      The new nursery school consists of approximately 2,000 m2 of new buildings plus the existing cellars. The project has high environmental ambitions and is a FutureBuilt's model projects. The nursery school shall be constructed as a plus house (produces more energy than it consumes) and shall also achieve a BREEAM-NOR certificate (version 2012) level — Excellent. Oslo kommune's standard requirement specification in 2015 for nursery schools is the basis for the project and the nursery school is designed and shall be built in accordance with TEK10.
      Turnkey contract or general contract.
      The demolition works shall be carried out at a fixed price. Until issuing of the tender documentation, the Developer retains the right to regulated as a turnkey contract in accordance with NS 8407 or as a general contract in accordance with NS 8405. An environmental clearance description has been prepared, and will be enclosed with the tender documentation.
      General Contract:
      Construction of a new nursery school with outdoor area shall be executed as an ordinary general contracted based on NS 8405. An NS 3420 description, as well as completive annex and drawings shall be sent out together with the tender documentation.
      The Developer must give tender offer on the entire project, i.s. Both the demolition and construction work, and not only submit tender offers on 1 of the lots.
      II.1.6)Common procurement vocabulary (CPV)

      4521410045000000451100004511100071320000

      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 Contracting Authority shall establish a new nursery school with 12 stations in the Bjerke neighbourhood.
      Currently there are two older buildings on the sight that have been owned by The Norwegian Civil Defence, as well as a temporary nursery school. The Contracting Authority will be responsible for the removal of the temporary nursery school.
      Contractor/tenderer shall be responsible for the demolition of the existing buildings down to the cellar level and construction of a new nursery school with associated outdoor areas.
      The new nursery school consists of approximately 2,000 m2 of new buildings plus the existing cellars. The project has high environmental ambitions and is a FutureBuilt's model projects. The nursery school shall be constructed as a plus house (produces more energy than it consumes) and shall also achieve a BREEAM-NOR certificate (version 2012) level — Excellent. Oslo kommune's standard requirement specification in 2015 for nursery schools is the basis for the project and the nursery school is designed and shall be built in accordance with TEK10.
      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

      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: Requirement:
      The tenderer shall be a legally established company.
      Documentation requirement:
      — Norwegian companies: Company Registration Certificate.
      — Foreign companies: Proof that the company is registered in a trade index or business register as prescribed by the law of the country where the tenderer is established.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Requirement:
      The tenderer must have the financial capacity to carry out the assignment/contract.
      Documentation requirement:
      — The company's last three Annual Financial Statements including notes, management's Annual Reports and Audit Reports, as well as new information of relevance to the company's fiscal figures.
      and
      — Credit evaluation/rating, not older than 6 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution.
      The contracting authority reserves the right to obtain a credit rating if necessary.
      If, for valid reasons, the tenderer is unable to submit the documentation as requested by the contracting authority, the tenderer may prove the economic and financial position with any other document that the contracting authority finds acceptable.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Requirement:
      Tenderers must have the capacity to carry out the assignment.
      Documentation requirement:
      — A statement of the tenderer's average workforce and the number of employees in the administrative management in the last three years (can be a competence matrix or organisation chart).
      — ----------------------------------------------------------------------------------------------------------------
      Requirement:
      Tenderers shall have experience from assignments of an equivalent nature, complexity and extent.
      The assessment will, amongst other things, but not exhaustively, emphasise experience from (in order of priority):
      — Erection of buildings with high environmental ambitions
      — ‘High environmental ambitions’ means i.a., but not exhaustively,
      Certification as Breeam or equivalent and buildings with low energy consumption (for example zero-house or ZEB — O or equivalent).
      — Construction of purpose-built buildings, especially nursery schools
      — General contract/turnkey contracts of equivalent size
      Documentation requirement:
      — An overview of the most important deliveries in the last five years. The overview shall state the value, type of contract, as well as time and place the work was performed, and indicate whether the work was professionally and properly completed (with a certificate from the contracting authority).
      Environmental ambitions for the reference projects are also to be given.
      Descriptions of projects is to be given by completing Annex 2 ‘Template for Project Overview’.
      CVs for individuals should not be submitted.
      Requirement:
      Tenderers shall have an environmental management system.
      Documentation requirement:
      — An account of the company's environmental management system.
      Instead of an account, certificates for the company's environmental management system issued by independent bodies confirming that the tenderer fulfils certain quality assurance standards, for example ISO 14001 or equivalent, will be accepted.
      Requirement:
      Tenderers shall have a well-functioning quality assurance system that is relevant for the execution of this assignment.
      Documentation requirement:
      — Certificate for the company's quality assurance system, issued by independent bodies that confirm that the tenderer fulfils certain quality assurance standards, for example ISO 9001 or equivalent.
      Instead of certificates, other equivalent documentation on quality assurance measures may be accepted. We request information regarding the name of the system and a detailed table of contents as well as an explanation of how the system is used in practice.
      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
      Restricted
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
      Envisaged minimum number 5: and maximum number 8
      Objective criteria for choosing the limited number of candidates: From the received requests on participation in the competition, the Contracting Authority will invite a minimum of five and a maximum of eight, of the tenderers who best meet the following qualification requirement, to submit tender offers.
      — Experience from assignments of the same nature, complexity and scope, cf. Point 3.3.3.
      We will use a scale from 0-10 points for the assessment, in which 10 points is the best score that can be achieved. An invitation to a minimum of five tenderers assumes that there are a sufficient number of tenderers that fulfil the qualification requirements.
      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:
      16/00852
      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
      20.1.2017 - 11:00
      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
      IV.3.8)Conditions for opening of tenders

      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:
      17.12.2016
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 21.12.2016
Zuletzt aktualisiert 21.12.2016
Wettbewerbs-ID 2-251457 Status Kostenpflichtig
Seitenaufrufe 37