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:
Condition analyses on buildings.
Reference number: 17/14634
II.1.2)Main CPV code
71310000
II.1.3)Type of contract
Services
II.1.4)Short description:
The contract includes construction engineering condition analyses for buildings in Bærum municipality.
The procurement is divided into 2 sub-contracts:
Sub-contract 1 includes sports buildings, residences and other buildings (culture, business, etc.). The estimated area is 175 000 m2.
Sub-contract 2 includes listed buildings and churches. The estimated area is 70 000 m2 (including options for smaller parts of the buildings).
The project also includes option for energy audit of technical installations. This applies to both sub-contracts 1 and 2. Option for fire engineering condition analyses shall be offered for sub-contract 2.
Tenders can be submitted for 1 or both sub-contracts.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Sports buildings, residences and other buildings
Lot No: 1
II.2.2)Additional CPV code(s)
71312000
71315100
71631300
71315400
II.2.3)Place of performance
NUTS code: NO
II.2.4)Description of the procurement:
Sub-contract 1 includes condition analyses for sports buildings, residences and other buildings (culture, business, etc.). The estimated area is 175 000 m2.
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: yes
Description of options:
Tenders should be submitted for the following options:
— Energy audit for new technical installations.
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
II.2)Description
II.2.1)Title:
Listed buildings and churches
Lot No: 2
II.2.2)Additional CPV code(s)
71312000
71315100
71315400
71317100
71631300
II.2.3)Place of performance
NUTS code: NO
II.2.4)Description of the procurement:
Sub-contract 2 includes condition analyses for listed buildings and churches. The estimated area is 70 000 m2 (including options for smaller parts of the buildings).
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: 7
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:
Tenders should be submitted for the following options:
— Analyses for buildings that shall be not priced in accordance with fixed prices in the price list.
— Energy audit for new technical installations.
— Fire engineering condition analyses.
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
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: 13/07/2017
Local time: 10:00
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: 13/07/2017
Local time: 10:00
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
Bærum kommune Eiendom
Sandvika
1304
Norway
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:
07/06/2017