Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
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:
Renovation and extension of Lesja nursing home — engineering design.
II.1.2)Main CPV code
71320000
II.1.3)Type of contract
Services
II.1.4)Short description:
Lesja municipality need to alter and extend Lesja nursing home. There is, thus, a need for engineering design services.
Tenderers shall provide the following services:
— Complete engineering design and preparation of tender documentation in accordance with NS3420 of 2016.
— Evaluation of tenders for contracting the contractor. (Attention is drawn to the fact that the Contracting Authority would like to carry out the next stage in the process as a joint contract with one sub-contract per discipline. See Part II Annex 4 for information on the price.)
It is also desirable that the tenderer shall offer an option for project monitoring and any changes of the alternation during in the building process.
The contracting authority would like and engineering design group for the execution of this assignment that has the following competence: PRL, ARK, RIB, RIBR, RiByfys, RIV, RIE, SØK, and KP.
For further information on the contents of the procurement, please see part II Annex 1.
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)
71000000
71240000
71310000
71530000
II.2.3)Place of performance
NUTS code: NO022
II.2.4)Description of the procurement:
Lesja municipality need to alter and extend Lesja nursing home. There is, thus, a need for engineering design services.
Tenderers shall provide the following services:
— Complete engineering design and preparation of tender documentation in accordance with NS3420 of 2016.
— Evaluation of tenders for contracting the contractor. (Attention is drawn to the fact that the Contracting Authority would like to carry out the next stage in the process as a joint contract with one sub-contract per discipline. See Part II Annex 4 for information on the price.)
It is also desirable that the tenderer shall offer an option for project monitoring and any changes of the alternation during in the building process.
The contracting authority would like and engineering design group for the execution of this assignment that has the following competence: PRL, ARK, RIB, RIBR, RiByfys, RIV, RIE, SØK, and KP.
For further information on the contents of the procurement, please see part II Annex 1.
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: 10
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: yes
Description of options:
Tenderers shall offer an option for project follow-up and assistance with any changes in the alterations during the construction process. See the tender documentation for further information.
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
A site inspection will be held. See the tender documentation for further 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:
Qualification Requirement: Tenderers must have their tax, payroll tax and VAT payments in order. This requirement only applies to Norwegian tenderers.
Qualification Requirement: Tenderers shall fulfil Norwegian HSE requirements when carrying out work in Norway.
Qualification RequiremeNT: Tenderers shall have good conduct.
The company shall not have been legally convicted in the last 5 years for:
— participation in a criminal organisation;
— corruption;
— fraud;
— whitewashing money.
The company shall not have been found guilty for a punishable condition concerning professional conduct nor have been guilty in their profession of serious negligence of professional and ethical requirements in the branch in question.
Qualification Requirement: Tenderers shall, for the execution of the contract, fulfil the conditions according to regulations dated 8.2.2008 No 112 on wages and working conditions.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
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: no
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: 27/03/2017
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
Tender must be valid until: 30/06/2017
IV.2.7)Conditions for opening of tenders
Date: 27/03/2017
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
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
23/02/2017