loading
  • NO-4330 Ålgård
  • 01.02.2017
  • Ausschreibung
  • (ID 2-251619)

Framework agreement on consultancy services in the construction disciplines


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 01.02.2017, 13:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung allgemeine Beratungsleistungen / Facility Management / Kontrolle, Monitoring / Technische Ausrüstung
    Sprache Norwegisch
    Aufgabe
    Gjesdal kommune shall enter into a two year + one year + one year framework agreement on consultancy services in the construction disciplines.
    Leistungsumfang
    The work is related to the service area Culture and Society, preferably the building administration and municipal engineering department.
    Estimated value excluding VAT: Range: between 2 500 000 and 5 000 000 NOK
    Adresse des Bauherren NO-4330 Ålgård
    TED Dokumenten-Nr. 453233-2016

  • Anzeigentext Ausschreibung

    maximieren

    • Norway-Ålgård: Consultative engineering and construction services

      2016/S 247-453233

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

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

      Gjesdal kommune [Gjesdal municipality]
      964978573
      Rettedalen 1
      For the attention of: Jorunn Birkeland
      4330 Ålgård
      Norway
      Telephone: +47 51614200
      E-mail: MjE1W1MxWFtWZFVSXR9cYF5eZl9WH19g

      Internet address(es):

      Address of the buyer profile: https://kgv.doffin.no/ctm/Supplier/CompanyInformation/Index/2245

      Electronic access to information: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/150399

      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 authority
      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:
      Framework agreement on consultancy services in the construction disciplines.
      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: Ålgård, Norway.

      NUTS code NO043

      II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves the establishment of a framework agreement
      II.1.4)Information on framework agreement
      Framework agreement with a single operator

      Duration of the framework agreement

      Duration in years: 4

      Estimated total value of purchases for the entire duration of the framework agreement

      Estimated value excluding VAT: 
      Range: between 2 500 000 and 5 000 000 NOK
      Frequency and value of the contracts to be awarded: As needed.
      II.1.5)Short description of the contract or purchase(s)
      Gjesdal kommune shall enter into a two year + one year + one year framework agreement on consultancy services in the construction disciplines.
      II.1.6)Common procurement vocabulary (CPV)

      71310000712400007130000071330000

      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 work is related to the service area Culture and Society, preferably the building administration and municipal engineering department.
      Estimated value excluding VAT: 
      Range: between 2 500 000 and 5 000 000 NOK
      II.2.2)Information about options
      Options: no
      II.2.3)Information about renewals
      This contract is subject to renewal: yes
      Number of possible renewals: 2
      In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: 
      in months: 12 (from the award of the contract)
      II.3)Duration of the contract or time limit for completion
      Duration in months: 024 (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:
      See the tender documentation.
      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: Tenderers shall be a legally established company.
      Norwegian tenderers: Company Registration Certificate
      Foreign tenderers: equivalent certificates 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: The contracting authority will collect this via Proff Forvalt Credit Information Company www.forvalt.no.

      The supplier is expected to have familiarised himself with recorded information about the company and on submitting the tender consents that this information will be obtained and form the basis of the assessment of the supplier's economic situation.
      Tenderers therefore need not provide any of this, unless the situation below is applicable.
      If the tenderer is familiar with the requirement to economic ability to execute the contract cannot be met via the credit information as specified above, this can be compensated for with a parent company guarantee or bank guarantee or other documentation that the Contracting Authority can approve.
      Minimum level(s) of standards possibly required: The minimum score acceptable is ‘satisfactory’ within two of the following criteria: liquidity, profitability and solvency, cf. Proff Forvalt ranking and/or minimum B2 on the analysis of the Probability of bankruptcy.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Overview of the provider's:
      — Total staffing and administrative management in the form of an organisation plan/overview.
      Documentation: Tenderer must document that they have or will obtain certification in at least certification classification 2 in accordance with the Planning and Building Act in the disciplines stated in point 3.6 of the tender documentation.
      Minimum level(s) of standards possibly required:
      The tenderer must have good implementation ability and sufficient capacity to fulfil contracts of this scope.
      To be qualified, the business is required to have or be able to obtain central certification in at least classification 2 in accordance with the Planning and Building Act in the areas and in accordance with the disciplines involved in the contract, see the disciplines included in point 3.6 of the tender documentation.
      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: yes

      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:
      16/899
      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
      1.2.2017 - 13:00
      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
      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:
      20.12.2016
    © 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 22.12.2016
Zuletzt aktualisiert 22.12.2016
Wettbewerbs-ID 2-251619 Status Kostenpflichtig
Seitenaufrufe 32