Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and 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)
71310000, 71240000, 71300000, 71330000
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