loading
  • NO-1411 Kolbotn
  • 07.07.2017
  • Ausschreibung
  • (ID 2-267710)

Framework agreement engineering design services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 07.07.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Objektplanung Gebäude / allgemeine Beratungsleistungen / Objektplanung Freianlagen / Schallschutz, Raumakustik / Brandschutz / Technische Ausrüstung / Thermische Bauphysik
    Sprache Norwegisch
    Aufgabe
    Oppegård municipality (the Contracting Authority) shall invest approx. NOK 1 200 000 in the coming years on
    new construction, development and adaptation of the building portfolio.
    The investment projects will vary from 300 m² to 10 000 m² and the contract cost is expected to be up to approx. NOK 200 000 000. Most of the assignments will be new buildings and the projects could have different organisation and enterprise and contract forms.
    The mentioned projects will lead to an increased need for engineering design services and Oppegård municipality thus invites tenderers to an open tender contest for a framework agreement for engineering design services.
    The estimated value of the engineering design services included in the framework agreement is NOK 100 000 000.
    Leistungsumfang
    The assignments include all the necessary disciplines for preparing a feasibility study, a complete
    preliminary project with calculations, tender documentation for a turnkey and execution contract, detailed engineering design services,
    applications/basic material for the relevant public authorities, as well as being a coordinator for
    safety, health and the working environment (SHA) in the engineering design phase, in accordance with the builder regulations. This will be for
    building projects such as new buildings (e.g. schools, nurseries, sports halls,
    swimming pools), as well as renovation and/or expansions to existing buildings (e.g. schools,
    nursing homes).
    The contracting authority would like tenders for engineering design services and the engineering design group shall cover the following disciplines
    (possibly from sub-suppliers):
    - Engineering design group manager (PGL)
    - Architect (ARK)
    - Responsible applicant (SØK)
    - Plan process, including regulation work
    - Construction engineering (RIB)
    - Building Physics (RIBFy)
    - HVAC and sanitation and climate engineering (RIV)
    - Electronics (RIE)
    Tender documentation over EEA Page 4 of 12
    - Fire safety (RIBR)
    - Coordinator for engineering design services (KP)
    - Landscape architect (LARK)
    - Interior architect (IARK)
    - Geo engineering and engineering geology (GEO)
    - Water and wastewater engineering (RIVA)
    - Acoustics (RIA)
    - Historical conditions
    - Environment (RIM)
    - Integrated technical building installations (RITB)
    - BIM Coordinator
    - Technical drawer
    - Secretary/document processing/other assistance consultant services
    Emphasis is put on the fact that the investment budgets always depend on the annual grants and can vary in the total volume in the contract period. The estimates are not binding for the Contracting Authority. One of the characteristics of a framework agreement is that the concrete assignments and assignment volume are not concretised when the framework agreement is signed. These premises are the actual core in the terms for parallel framework agreements. Call-offs will take place as and when the contracting authority's needs materialise and it involves both parties being aware of this prerequisite and a risk that the extent can deviate — both positively and negatively. Tenderers must be aware that changes in financial and/or political framework terms can lead to the estimated assignment volume being increased/reduced.
    Adresse des Bauherren NO-1411 Kolbotn
    TED Dokumenten-Nr. 218724-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Norway-Kolbotn: Consultative engineering and construction services

      2017/S 108-218724

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Oppegård Kommune
      944384081
      Kolbotnveien 30
      Kolbotn
      1411
      Norway
      Contact person: Kine Gustafsson Eide
      Telephone: +47 66813072
      E-mail: MjE5WFZbUhtSVlFSLVxdXVJUTl9RG1hcWlpiW1IbW1w=
      NUTS code: NO012

      Internet address(es):

      Main address: http://permalink.mercell.com/69743726.aspx

      Address of the buyer profile: http://www.oppegard.kommune.no/

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://permalink.mercell.com/69743726.aspx
      Additional information can be obtained from another address:
      Mercell Norge AS
      Karihaugveien 89
      Oslo
      1086
      Norway
      E-mail: MjEzZmhjY2JlZzNgWGVWWF9fIVZiYA==
      NUTS code: NO011

      Internet address(es):

      Main address: http://permalink.mercell.com/69743726.aspx

      Tenders or requests to participate must be submitted electronically via: http://permalink.mercell.com/69743726.aspx
      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:

       

      Framework agreement engineering design services.

       

      Reference number: 17/2511
      II.1.2)Main CPV code
      71310000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Oppegård municipality (the Contracting Authority) shall invest approx. NOK 1 200 000 in the coming years on

      new construction, development and adaptation of the building portfolio.

      The investment projects will vary from 300 m² to 10 000 m² and the contract cost is expected to be up to approx. NOK 200 000 000. Most of the assignments will be new buildings and the projects could have different organisation and enterprise and contract forms.

      The mentioned projects will lead to an increased need for engineering design services and Oppegård municipality thus invites tenderers to an open tender contest for a framework agreement for engineering design services.

      The estimated value of the engineering design services included in the framework agreement is NOK 100 000 000.

       

      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)
      71200000
      71320000
      71500000
      II.2.3)Place of performance
      NUTS code: NO012
      II.2.4)Description of the procurement:

       

      The assignments include all the necessary disciplines for preparing a feasibility study, a complete

      preliminary project with calculations, tender documentation for a turnkey and execution contract, detailed engineering design services,

      applications/basic material for the relevant public authorities, as well as being a coordinator for

      safety, health and the working environment (SHA) in the engineering design phase, in accordance with the builder regulations. This will be for

      building projects such as new buildings (e.g. schools, nurseries, sports halls,

      swimming pools), as well as renovation and/or expansions to existing buildings (e.g. schools,

      nursing homes).

      The contracting authority would like tenders for engineering design services and the engineering design group shall cover the following disciplines

      (possibly from sub-suppliers):

      - Engineering design group manager (PGL)

      - Architect (ARK)

      - Responsible applicant (SØK)

      - Plan process, including regulation work

      - Construction engineering (RIB)

      - Building Physics (RIBFy)

      - HVAC and sanitation and climate engineering (RIV)

      - Electronics (RIE)

      Tender documentation over EEA Page 4 of 12

      - Fire safety (RIBR)

      - Coordinator for engineering design services (KP)

      - Landscape architect (LARK)

      - Interior architect (IARK)

      - Geo engineering and engineering geology (GEO)

      - Water and wastewater engineering (RIVA)

      - Acoustics (RIA)

      - Historical conditions

      - Environment (RIM)

      - Integrated technical building installations (RITB)

      - BIM Coordinator

      - Technical drawer

      - Secretary/document processing/other assistance consultant services

      Emphasis is put on the fact that the investment budgets always depend on the annual grants and can vary in the total volume in the contract period. The estimates are not binding for the Contracting Authority. One of the characteristics of a framework agreement is that the concrete assignments and assignment volume are not concretised when the framework agreement is signed. These premises are the actual core in the terms for parallel framework agreements. Call-offs will take place as and when the contracting authority's needs materialise and it involves both parties being aware of this prerequisite and a risk that the extent can deviate — both positively and negatively. Tenderers must be aware that changes in financial and/or political framework terms can lead to the estimated assignment volume being increased/reduced.

       

      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: 16/08/2017
      End: 16/08/2019
      This contract is subject to renewal: yes
      Description of renewals:

       

      1 year + 1 year.

       

      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
      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

      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
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 3
      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: 07/07/2017
      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: 08/09/2017
      IV.2.7)Conditions for opening of tenders
      Date: 07/07/2017
      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
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Oppegård kommune
      PB 510
      Kolbotn
      1411 
      Norway
      Telephone: +47 66819090
      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
      Klagenemnda for offentlige anskaffelser
      Postboks 439 Sentrum
      Bergen
      5805
      Norway
      Telephone: +47 55597500
      E-mail: MjE2YF9jZDBbX1ZRHl5f
      Fax: +47 55597599

      Internet address:http://www.kofa.no/

      VI.5)Date of dispatch of this notice:
      06/06/2017
    © 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 08.06.2017
Zuletzt aktualisiert 08.06.2017
Wettbewerbs-ID 2-267710 Status Kostenpflichtig
Seitenaufrufe 65