Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Other
I.3)Main activity
General public services
Other
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Architect, consultancy engineering design services and project and construction management.
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: Asker, Hurum, Kongsberg, Lier, Nedre Eiker, Røyken, Øvre Eiker.
NUTS code NO032,NO012
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 several operators
Duration of the framework agreement
Duration in years: 2
II.1.5)Short description of the contract or purchase(s)
The scope and purpose of the procurement.
The competition concerns a framework agreement on architectural consultancy services and engineering design services to the following participants (Calculated volume figures excluding VAT in parentheses):
Røyken kommune (700 000 NOK) Røyken eiendom AS (REAS) (4 400 000 NOK) Kongsberg kommune (1 500 000 NOK) Kongsberg kommunale eiendom KF (4 500 000 NOK) Øvre Eiker kommune (2 100 000 NOK) Eiker eiendomsutvikling AS (500 000 NOK) Nedre Eiker kommune (3 100 000 NOK ) Lier kommune (5 500 000 NOK ) Lier eiendomsselskap KF (Volume included in Lier kommune) Hurum kommune (850 000 NOK ) Hurum Eiendom KF (2 400 000 NOK) Asker kommune (15 000 000 NOK).
It is impossible for the Contracting Authority to give a volume for each group. This is due to the fact that this type of service has not be divided up into such group before and because the Contracting Authority does not know how these services will be called-off in the framework agreement period. I.a. Political decisions form the basis for awarding of budget resources.
The following exceptions apply:- Asker kommune does not participate in group 12 (Project and Construction Management), but has the option to join this group from 20.8.2018 or 20.8.2019 — Hurum Eindomsselskap KF does not participate in group 12 (Project and Construction Management), but has the option to join this group from 17.5.2017 — Kongsberg kommunale Eiendom KF does not participate in groups 1, 2 and 12 but has the option to join group 12 from 22.2.2018 or 22.2.2019 — Group 4 Area Planning — Detailed Zoning. Asker kommune: Only the Property Department is part of this group. — Nedre Eiker kommune department for Ordering of municipal engineering services is not included in the framework agreement.
The framework agreement is divided into zones and service groups. If possible, three parallel framework agreements will be signed with tenderers in each of the state service groups in each zone, that shall execute assignments in the named service groups themselves, or with the help of sub-contractors. Any sub-contractors cannot have sub-contractors to execute the work.
Tender offer can be submitted for the following groups:
Group 1. Architectural services (ARK)
Group 2. Interior Architect (IARK)
Group 3. Landscape Architect services (LARK)
Group 4. Area Planning (detailed zoning)
Group 5. Consulting Civil Engineer (RIB)
Group 6. Consulting Fire Engineer (RIBr)
Group 7. Consulting Environmental Engineer (RIM)
Group 8. Consulting Acoustics Engineer (RIAKU)
Group 9. Consulting Geo Engineer and geo engineering surveys (RIG)
Group 10. Consulting Electro Engineer (RIE)
Group 11. Consulting HVAC Engineer (RIV)
Group 12. Project Manager (PL) and Construction Manager/Builder's Representative (BL/BHO)
Group 13. Engineering Design Manager (PRL) and Engineering Design Group Manager (PGL)
Group 14 ITB Coordinator
Tender offers can be submitted for the following zones:
Zone 1: Asker kommune, Røyken kommune, Hurum kommune, Røyken Eiendom AS, Hurum Eiendom KF
Zone 2: Lier kommune, Nedre Eiker kommune, Lier Eiendomselskap, Eiker eiendomsutvikling KF, Øvre Eiker kommune
Zone 3: Kongsberg kommune, Kongsberg kommunale Eiendom KF.
Independent control will be carried out by 1 of the other relevant tenderers in the relevant group.
Other assignments not listed in connection with the grouping may be called-off as needed from the group best suited to the individual assignment.
The Contracting Authority encourages small and medium sized tenderers to submit tender offers.
See the contract provisions for a description of awarding of assignments within the framework agreement.
The contract has a duration of 2 years with an option for the Contracting Authority to further extend for up to 2 years, 1 year at a time.
For further information refer to part 2, Requirement Specification and attached contract.
II.1.6)Common procurement vocabulary (CPV)
71310000, 71210000, 71320000, 71420000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: yes
Description of these options: Option for extension of 1 year + 1 year to a total of 4 years.
Also see the exceptions connected to options in point II.1.5).
II.2.3)Information about renewals
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
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: Tax and VAT certificates (statutory)
The tenderer shall have settled conditions in relation to payment of taxes and VAT.
Documentation: A certificate showing paid VAT, taxes and social security contributions is required. The certificate shall be issued by the competent authority in the country where the tenderer is established (the Norwegian certificate for tax and VAT is common and can be ordered from altinn.no former RF-1244) in accordance with the laws and regulations in the country of origin. The certificate must not be more than 6 months from the deadline for receipt of tenders.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Economic and financial position (mandatory)
Requirements regarding the tenderer's economic and financial position: The financial capacity to fulfil the contract is required.
Documentation: The Contracting Authority will assess finances through the company and accounting information system Proff Forvalt (www.forvalt.no). Tenderers are asked to submit other information they believe is relevant. The contracting Authority reserves the right to obtain supplementary information about the tenderer's finances.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The tenderer's technical and professional qualifications (non-statutory)
Qualification Requirement: The tenderer must have sufficient capacity.
Documentation Requirement: If the tenderer is dependent on sub-contractors/partners to fulfil the contract, a commitment statement must be attached, which shows that the tenderer has access to the required resources (the Public Procurement Regulations § 17-9 (2)). Sub-contractors tax and VAT certificates must also be enclosed in accordance with point 1.3.1.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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:
16/116
IV.3.2)Previous publication(s) concerning the same contract
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
30.1.2017 - 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
until: 2.5.2017
IV.3.8)Conditions for opening of tenders
Date: 30.1.2017 - 12:01
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
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:
21.12.2016