Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Oslo universitetssykehus [Oslo University Hospital]
Postboks 4950 Nydalen
For the attention of: Sandra Træland
0424 Oslo
Norway
E-mail: MThrWWZsalk4Z21rJWBeJmZn
Internet address(es):
General address of the contracting authority: http://www.oslouniversitetssykehus.no
Electronic access to information: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/150405
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
Body governed by public law
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Oslo University Hospital, the Purchasing Department.
993 467 049
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework agreement on architect services for Oslo University Hospital.
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: OSLO.
NUTS code NO
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
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
The objective of the procurement is to secure Oslo University Hospital engineering design services from an architect connected to the hospital's construction function. Specialist areas and services that will be included in the framework agreement are set out in the Performance Description in Annex 1 and consist of:
Responsible applicant (SØK)
Engineering design management (PGL)
Engineering design of constructions/architecture.
Preparation of tender descriptions (requirement and function descriptions) and drawings.
Establishing and use of construction information model (BIM).
Engineering design of doors, locks and fittings.
Interior architect services
Independent control of architectural design (with the requirement on broadened independent control)/ 3 part control.
Landscape architect services
The scope of the engineering design works can not be anticipated precisely, but it is anticipated that the scope will be in the size order of approx. 8 000 000 NOK— 12 000 000 NOK excluding. VAT., per annum.
A number of projects has not bee defined. The size of each individual call-off may vary.
II.1.6)Common procurement vocabulary (CPV)
71200000, 71000000, 71210000, 71420000, 79931000, 79932000
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:
Specialist areas and services that will be included in the framework agreement are set out in the Performance Description in Annex 1 and consist of:
Responsible applicant (SØK)
Engineering design management (PGL)
Engineering design of constructions/architecture.
Preparation of tender descriptions (requirement and function descriptions) and drawings.
Establishing and use of construction information model (BIM).
Engineering design of doors, locks and fittings.
Interior architect services
Independent control of architectural design (with the requirement on broadened independent control)/ 3 part control.
Landscape architect services
The scope of the engineering design works cannot be estimated precisely, but it is anticipated that the scope could be in the size order of approx. 8 000 000 NOK— 12 000 000 NOK excluding VAT. per annum.
A number of projects has not bee defined. The size of each individual call-off may vary.
II.2.2)Information about options
Options: yes
Description of these options: The contract period for the framework agreement is 2 years with an option to extend for 1 year + 1 year.
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 1:
Tenderers shall have their tax, VAT and payroll tax payments in order.
Documentation:
— New joint tax certificate for tax, VAT and employer contribution. The certificate is issued by Altinn, and must not be more than 6 months old.
— Any arrears or other irregularities must be justified.
— Foreign tenderers are to provide certificates from equivalent authorities in the countries where they have tax obligations.
Requirement 2:
Tenderers shall be a legally established company.
Documentation:
— Company Registration Certificate, which is not issued more than 6 months before the tender deadline.
— Foreign tenderers shall submit documentation proving that the company is registered in a professional register or business register as prescribed in legislation in the country where the tenderer is established.
Requirement 3:
Suppliers shall have an ethically responsible company.
Documentation:
— Tenderers shall, in point 7 of the tender form, confirm that they are an ethically reliable business.
— If in the last five years the tenderer has been convicted of corruption, fraud or money laundering, or is guilty of criminal offences concerning professional conduct, this must be accounted for in a separate attachment.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Requirement 4:
The tenderer must have good economic and financial strength in relation to its operations in general and in relation to the character of this procurement.
Documentation:
— Tenderer shall present a credit rating from an approved credit rating agency.
OR
— Tenderer shall deliver the Company's last Annual Financial Statements, including notes and auditor report. NB that the accounts shall be delivered for the Company that submits the tender offer, with the same organisation number. When using a parent company guarantee (Annex 9), the accounts must be delivered for the parent company.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Requirement 5:
The tenderer shall have a well functioning quality system, for example in accordance with NS-EN ISO 9001:2008 or equivalent level.
Documentation:
— Certificate for the company's quality system/management system issued by independent bodies, confirming that the tenderer fulfils certain quality assurance standards, for example NS-EN 9001:2008.
— The contracting authority will also accept other documentation as proof that the service provider has equivalent quality assurance measures. As a minimum, a general description of the system's content, including an overview of inspection plans and check-lists that are relevant for this contract, must be submitted.
Requirement 6:
Execution capabilities — personnel
The tenderer is required to show good ability to carry out the assignment in accordance with the needs of the Contracting Authority. The tenderer is therefore required to have sufficient capacity to be able to implement the assignment.
Documentation:
— CVs;
Tenderers shall give the names and title of five permanent employees as resource persons who shall perform assistance in the disciplines:
— Minimum of two of the resource persons shall have ten years experience or more.
— Minimum 2 of the resource persons shall have experience with engineering design with use of the BIM.
The tenderer shall provide name and title of the 1. Person who shall perform assistance to interior architect services.
The tenderer shall provide the name and title of one person who shall provide assistance with the landscape architect services.
Requirement 7:
The tenderer shall have central certification for the right to responsibility in enterprise classification three for the roles of SØK and PRO, or have equivalent competition.
Documentation:
— A copy of central certification or documentation demonstrating that requirements to enterprise classifications that are given are met.
Requirement 8:
Experience from similar assignments
The tenderer is required to have good experience from one hospital project, laboratory construction or similar assignment.
Documentation:
The tenderer must complete Annex 5 — form for reference projects, regarding the three primary relevant deliveries during the last three years, including their scope, number of hours, value, dates and Contracting Authority or recipient. There shall also be an overview of contact persons for the individual deliveries, as well as the contact person's telephone number and email addresses (this is not the same as references in the CV template, but for tenderer's organisation).
Requirement 9:
Personnel shall be able to communicate in Scandinavian.
Documentation:
— Tenderer shall use Annex 10 which states that personnel that shall be used can communicate in Scandinavian.
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:
2016/18906
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
6.2.2017 - 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
Duration in months: 006 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 6.2.2017 - 11:00
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:
21.12.2016