Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from another 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:
Turnkey contract for Bergheim Residential and Activity Centre.
Reference number: 2017/2065
II.1.2)Main CPV code
71240000
II.1.3)Type of contract
Works
II.1.4)Short description:
Halden municipality shall establish 96 new nursing home places for persons with dementia at Bergheim Residential and Activity Centre. The 96 residential units are in principle identical. The technical rooms and day centre will be in the basement.
It has been important for both the architect and the municipality that the project has its own identity — it shall be a place where people can be proud of living, which shall, in turn, help the users in the process of being an independent individual.
Halden municipality would like to be a pioneering developer for energy efficiency and the use of wood, which reduces the CO2footprint for the building both during construction and in operation. Bergheim Residential and Activity Centre shall fulfil the current requirements in the revised version of TEK 10, as well as fulfil further requirements for energy use in the ByFy note.
Halden municipality has an environment ambition that the project shall fulfil energy mark A and the net energy need for cooling and heating is to fulfil the passive house standard in accordance with NS3701.
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: NO031
II.2.4)Description of the procurement:
The engineering design group has prepared a sketch project with the accompanying tender documentation. The users have participated in the project throughout the sketch project phase.
All of the engineering design group shall be transported to the turnkey contractor in accordance with the contract with the builder.
The detailed engineering design services will start when the turnkey contractor has been contracted.
Turnkey contractors shall include all costs in their tender for the complete engineering design services and shall bear the responsibility and risk that the prices will cover all the necessary engineering design services.
The turnkey contractor will be responsible for the detailed engineering design services for and the construction of the residential and activity centre, including outdoor work, in accordance with the function description, concept notes and drawings, as they appear in the tender documentation. The turnkey contractor will be responsible for compliance with the current laws, rules and regulations for all work in the contract. The turnkey contractor will also be responsible for ensuring that all those under their contract comply with these requirements, both during the engineering design services and the execution.
The tender price shall be complete.
See the function description, drawings and other annexes included in this tender documentation.
II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/07/2017
End: 17/12/2018
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:
See the tender documentation for more detailed 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
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
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.2.2)Contract performance conditions:
The project shall be carried out as a turnkey contract in accordance with NS8407.
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: 12/06/2017
Local time: 23:00
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: 13/11/2017
IV.2.7)Conditions for opening of tenders
Date: 13/06/2017
Local time: 09:00
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
Klagenemda for offentlige anskaffelser
Postboks 439 Sentrum
Bergen
5805
Norway
Fax: +47 55597599
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:
03/05/2017