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:
Turnkey contract Spildepollen school.
Reference number: 17/2155
II.1.2)Main CPV code
45214200
II.1.3)Type of contract
Works
II.1.4)Short description:
This contract is for the engineering design services for and delivery of a complete turnkey school for 200 pupils, with an integrated multi-purpose hall (activity area 16 x 24 m). The outside area shall be developed as a part of the project, including roads, car parks and other infrastructure such as water, sewage, electricity and fiber. The contract will be executed as a turnkey contract, NS8407 with a solution proposal.
The development of the number of pupils in the catchment area is uncertain. In order to allow for possible future pupil growth, it must be possible to expand the school from 200 to 300 pupils. This expansion shall be priced as an option and will be called option 1. A future expansion of the school must be possible, independent of whether the municipality chooses to take up option 1.
There are plans closely related to the school for a nursery with 6 departments, houses and a commercial business in the form of an expansion to an existing shop. In addition, there are plans for an artificial grass pitch (11-a-side pitch), which shall be priced as an option.
II.1.5)Estimated total value
Value excluding VAT: 220 000 000.00 NOK
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)
45000000
45100000
45200000
45212200
45300000
45400000
71240000
71320000
II.2.3)Place of performance
NUTS code: NO051
Main site or place of performance:
II.2.4)Description of the procurement:
This contract is for the engineering design services for and delivery of a complete turnkey school for 200 pupils, with an integrated multi-purpose hall (activity area 16 x 24 m). The outside area shall be developed as a part of the project, including roads, car parks and other infrastructure such as water, sewage, electricity and fiber. The contract will be executed as a turnkey contract, NS8407 with a solution proposal.
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
Value excluding VAT: 220 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 18/12/2017
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
Overview of options in the project.
— Option no. 1 — Expansion of the school up to 300 pupils.
— Option no. 2 — Multi-purpose hall with an activity area of 20 x 25, integrated in the school building.
— Option no. 3 — A ‘normal’ multi-purpose hall with an activity area of 23 x 44 m. Such a hall shall not be integrated in the school, but located close to the school as a free-standing building.
— Option no. 4 — Artificial grass pitch, 11-a-side pitch.
— Option no. 5 — Floodlights for the artificial grass pitch.
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:
Requirement:
The tenderer must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT).
Documentation requirement:
Certificate for tax and VAT. The certificate shall not be more than six months from the tender deadline. The certificate can be obtained electronically in Altinn. For further information, see Skatteetaten.no
For foreign tenderers:
Foreign tenderers must submit equivalent certificates from their own country that show that they have orderly conditions in relation to the payment of tax and duties. If the authorities in the relevant country do not issue these certificates, the tenderer should submit a statement which states that all taxes and duties have been paid. The statement shall be approved and signed by the tenderer's Financial Director/ person responsible for finance.
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 contract will be executed and regulated by NS 8407:2011 ‘General contract terms for turnkey contracts’, with the supplements and amendments in the contract document and annexes.
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
Competitive procedure with negotiation
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
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: 13/09/2017
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:
English, Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 25/01/2018
IV.2.7)Conditions for opening of tenders
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
Kofa
Zander Kaaesgate 7
Bergen
5015
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:
10/08/2017