Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
National or federal agency/office
I.3)Main activity
Defence
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:
Noise reduction measures Ørland — contract no. 2.
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: Brekstad, 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)
The Ministry of Defence has given the Norwegian Defence Estates Agency the task of planning and implementing noise reduction measures on civilian residences located outside Ørland main air station (ØHF). The indoor noise level requirements are stated in the provisions for the development plan for Ørland main air station and the aim of the project is to implement measures so that the indoor noise level provisions are fulfilled.
The noise insulation project will be divided into several independent contracts. This contract is the second of a total of 20-30 independent general contracts that will be announced independently of each other.
The Norwegian Defence Estates Agency requests tenders for noise reduction measures on existing buildings outside Ørland main air station.
II.1.6)Common procurement vocabulary (CPV)
45211300, 45000000, 45210000, 45262700, 45422000, 90742200
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
Noise reduction measures on existing buildings outside the base. Can consist of the following measures on buildings:
— Vents.
— Windows.
— Doors.
— External and internal measures on walls.
— External and internal measures on roof constructions.
— Balanced ventilation.
— Tinsmith works.
— Painting work.
— Moving fixtures.
— Building cleaning and washing.
— Environmental clearance.
— Demolition.
Estimated value excluding VAT:
Range: between 8 000 000 and 15 000 000 NOK
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
Starting 3.4.2017. Completion 29.9.2017
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See the tender documentation for more information.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See the tender documentation for more information.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See the tender documentation for more information.
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: See the tender documentation for more information.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The tenderer shall be creditworthy. The tenderer must have the financial capacity to implement the contract.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The tenderer (as the company) shall have good experience from equivalent assignments. The tenderer's construction site manager and project manager shall have relevant competence and experience for these functions. The tenderer must have the financial capacity to comply with the contractual obligations.
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
Lowest price
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:
853176
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
8.2.2017 - 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: 8.2.2017 - 12:00
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:
19.12.2016