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
Body governed by public law
I.5)Main activity
Other activity: buildings and construction work
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework agreement for engineering design services, Statsbygg [the Directorate of Public Construction and Property] central region.
Reference number: 2017/4710
II.1.2)Main CPV code
71310000
II.1.3)Type of contract
Services
II.1.4)Short description:
Statsbygg's property department in the central region requests tender offers on a framework agreement for engineering design services.
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)
71300000
71310000
71311000
II.2.3)Place of performance
NUTS code: NO
Main site or place of performance:
II.2.4)Description of the procurement:
The Central Region manages Statsbygg's properties located in the counties of Sør-Trøndelag, Nord-Trøndelag, Møre og Romsdal and Bodø/ Salten. The purpose of the framework agreement is to safeguard the region's need for engineering design services.
The relevant projects will primarily be divided into smaller rehabilitation and reconstruction projects, as well as development projects. The rehabilitation projects can also be divided in total reconstructions and more standard rehabilitation projects/periodical maintenance. Assignments for preparation of feasibility studies and condition analyses must also be expected.
Further requirements of which services shall be delivered by the engineering design consultant shall be agreed for each assignment. The working language shall be Norwegian.
Major property development projects are not included in the framework agreement.
For assignments over 500 000 NOK the Directorate of Public Construction and Property retains the right to go beyond the framework agreement and carry out their own competition.
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
Duration in months: 48
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:
The contract will be valid for 1 year from the date of signing, with the possibility for the Contracting Authority to extend the agreement for a further 1 year + 1 year + 1 year on verbatim terms. The contract will automatically be extended for 1 year at a time if Statsbygg does not give written notification within 3 months of the expiry date that the contract will not be extended. The framework agreement's maximum length will be 4 years.
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:
The tenderer is required to have a legally established company.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Tenderers are required to have satisfactory financial implementation ability.
The size of the turnover, seen in relation to the contract value, can be emphasised.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
1) Tenderers are required to have sufficient capacity and suitable staff to carry out assignments adapted to multiple medium and/or small parallel projects.
2) Tenderers are required to have good and broad experience from deliveries of equivalent assignments with regard to varying scope and complexity cfr. point 2.3 in the tender invitation.
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:
There can be special security requirements for some properties, where tenderers must be security cleared for access to the properties. This concerns i.a. prison where also other particular routines apply. The tenderer will carry the risk that their personnel can gain security clearance.
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 a single operator
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: 21/12/2017
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 21/12/2017
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Oslo Tingrett
Oslo
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:
16/11/2017