Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and 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)
45214100, 45000000, 45110000, 45111000, 71320000
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