loading
  • NO-3602 Kongsberg
  • 20.02.2017
  • Ausschreibung
  • (ID 2-253464)

Consultancy services for the preparation of condition analyses for municipal buildings


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.02.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Büro-, Verwaltungsbauten / Staatliche und kommunale Bauten / Wohnungsbau
    Art der Leistung allgemeine Beratungsleistungen / Bauleitung, Objektüberwachung / Kontrolle, Monitoring / Technische Ausrüstung
    Sprache Norwegisch
    Aufgabe
    Kongsberg kommunale Eiendom KF (the contracting authority) shall procure consultancy services for the preparation of condition analyses for municipal buildings. A contract will be signed with 1 tenderer.
    In the period from the period March 2017 until 12.6.2017 reports shall be prepared for a total 90 365 m2 buildings. The total building area includes 76 667 m2 purpose-built buildings, 9 843 m2 residential buildings and 3 856 m2 defined as ‘other properties’ The requested disciplines in this connection are RIB (Consulting engineer construction works for buildings), RIV (Consulting engineer HVAC and sanitary installations), and RIE (Consulting engineer Electrical installations). The service provider shall also have access to HR for RIBR (Consulting engineer Fire-proofing), if required.
    Leistungsumfang
    Kongsberg kommunale Eiendom KF (the contracting authority) shall procure consultancy services for the preparation of condition analyses for municipal buildings. A contract will be signed with 1 tenderer.
    In the period from the period March 2017 until 12.6.2017 reports shall be prepared for a total 90 365 m2 buildings. The total building area includes 76 667 m2 purpose-built buildings, 9 843 m2 residential buildings and 3 856 m2 defined as ‘other properties’ The requested disciplines in this connection are RIB (Consulting engineer construction works for buildings), RIV (Consulting engineer HVAC and sanitary installations), and RIE (Consulting engineer Electrical installations). The service provider shall also have access to HR for RIBR (Consulting engineer Fire-proofing), if required.
    The condition analyses shall be conducted in accordance with NS 3424. The standard NS 3423 is considered in connection with assignments involving listed buildings.
    The service provider shall offer consultancy services for RIB, RIE and RIV. The service provider shall also have access to HR for RIBR, if required.
    A registration on level 1 shall be conducted. If incidents requiring registration on level 2 or 3 are discovered during inspections, an agreement with the contracting authority shall be made for each incident. Discovered measures are divided in the various condition levels.
    Adresse des Bauherren NO-3602 Kongsberg
    TED Dokumenten-Nr. 15603-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      Norway-Kongsberg: Architectural, construction, engineering and inspection services

      2017/S 010-015603

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Kongsberg kommunale eiendom KF
      976 662 156
      Hasbergs vei 36, Postboks 115
      Kongsberg
      3602
      Norway
      Contact person: Jan Magne Svalestuen
      Telephone: +47 32866100
      E-mail: MjEyXlViIWFVW2JZImdqVWBZZ2hpWWI0X2NiW2dWWWZbIl9jYWFpYlkiYmM=
      NUTS code: NO032

      Internet address(es):

      Main address: http://www.kongsberg.kommune.no/Tjenester/Kongsberg-kommunale-eiendom-KF/

      Address of the buyer profile: https://kgv.doffin.no/ctm/Company/CompanyInformation/Index/3241

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/150861
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Consultancy services for the preparation of condition analyses for municipal buildings.

       

      Reference number: 16/4677
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Kongsberg kommunale Eiendom KF (the contracting authority) shall procure consultancy services for the preparation of condition analyses for municipal buildings. A contract will be signed with 1 tenderer.

      In the period from the period March 2017 until 12.6.2017 reports shall be prepared for a total 90 365 m2 buildings. The total building area includes 76 667 m2 purpose-built buildings, 9 843 m2 residential buildings and 3 856 m2 defined as ‘other properties’ The requested disciplines in this connection are RIB (Consulting engineer construction works for buildings), RIV (Consulting engineer HVAC and sanitary installations), and RIE (Consulting engineer Electrical installations). The service provider shall also have access to HR for RIBR (Consulting engineer Fire-proofing), if required.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      II.2.3)Place of performance
      NUTS code: NO032
      Main site or place of performance:

       

      Kongsberg kommune.

       

      II.2.4)Description of the procurement:

       

      Kongsberg kommunale Eiendom KF (the contracting authority) shall procure consultancy services for the preparation of condition analyses for municipal buildings. A contract will be signed with 1 tenderer.

      In the period from the period March 2017 until 12.6.2017 reports shall be prepared for a total 90 365 m2 buildings. The total building area includes 76 667 m2 purpose-built buildings, 9 843 m2 residential buildings and 3 856 m2 defined as ‘other properties’ The requested disciplines in this connection are RIB (Consulting engineer construction works for buildings), RIV (Consulting engineer HVAC and sanitary installations), and RIE (Consulting engineer Electrical installations). The service provider shall also have access to HR for RIBR (Consulting engineer Fire-proofing), if required.

      The condition analyses shall be conducted in accordance with NS 3424. The standard NS 3423 is considered in connection with assignments involving listed buildings.

      The service provider shall offer consultancy services for RIB, RIE and RIV. The service provider shall also have access to HR for RIBR, if required.

      A registration on level 1 shall be conducted. If incidents requiring registration on level 2 or 3 are discovered during inspections, an agreement with the contracting authority shall be made for each incident. Discovered measures are divided in the various condition levels.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 5
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      The tenderer must have the affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT).

      — Tax certificate;

      — Foreign tenderers must submit certificates from authorities equivalent to the Norwegian authorities.

      The tenderer must be a legally established company:

      — Norwegian companies: Company Registration Certificate.

      — Foreign companies: Proof that the company is registered in a trade index or business register as prescribed by the law of the country in which the company is established.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      The tenderer must have the economic capacity to carry out the assignment/contract.

      — Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The credit rating shall be carried out by an publicly certified credit rating institution, ‘Profforvalt’ or similar.

       

      Minimum level(s) of standards possibly required:

       

      The credit score must not be lower than A (creditworthy) or equivalent if a different form of score is used (numbers). Tenders from service providers with a lower score than A or equivalent (i.e. not credit worthy or credit worthy with security) will not be considered.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      Description of the tenderer's 3 most relevant contracts in last 5 years. The description must include the contract value, date and recipient (name, telephone no. and e-mail address). References must be contactable if necessary, to clarify the relevance of the contract. However, it is the tenderer's responsibility to provide a description substantiating relevance.

      Statement regarding the tenderer's quality assurance system/management system

      or

      A copy of the system certificate issued by an accredited certification body or equivalent documentation.

      A description of the tenderer's professional environment for the requested disciplines shall be given, as well as verification of sufficient capacity to provide the contractual assignments.

       

      Minimum level(s) of standards possibly required:

       

      The company's experience from 3 relevant assignments in the last 5 years.

      Relevant assignments are in this context assignments comparable with this procurement.

      A good and well-functioning quality assurance system is required for the services that shall be provided.

      Tenderers shall have sufficient implementation ability and capacity.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 20/02/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      Norwegian
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 20/02/2017
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Kongsberg kommunale eiendom KF
      Hasbergs vei 36
      Kongsberg
      3616
      Norway
      Telephone: +47 32866100
      E-mail: MTRhZWFqYGtpPGdramNvXmFuYypna2lpcWphKmpr
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      The deadline for lodging appeals is 10 days after notification about contract award.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      11/01/2017
    © 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 16.01.2017
Zuletzt aktualisiert 16.01.2017
Wettbewerbs-ID 2-253464 Status Kostenpflichtig
Seitenaufrufe 44