loading
  • NO-0032 Oslo
  • 27.03.2017
  • Ausschreibung
  • (ID 2-255780)

K4011 Lighting


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 27.03.2017, 11:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Bauleistung / Lichtplanung / allgemeine Beratungsleistungen / Technische Ausrüstung / Lieferung
    Sprache Norwegisch
    Aufgabe
    Lighting equipment.
    Leistungsumfang
    The lighting delivery contract must be conducted in accordance with public laws and regulations and in consultation with local authorities. All electrotechnical equipment shall comply with relevant EU/EEA directives, prevailing European standards or Norwegian standards in case European standards are missing. All requirements in accordance with ‘Regulations concerning electrical low voltage systems’ (FEL), and the Norwegian Electrotechnical Committee (NEK) standard 400:2014 shall be complied with, as well as Technical regulations regarding electrotechnical systems in the Planning and building act.
    Particular emphasis will be placed on energy/climate/and operationally favourable system solutions.
    Materials, equipment, components and execution are selected in accordance with this.
    The electro technical installations are described in 8 different contracts named K401 Elkraft [Electric Power], K4011 Lighting (including outdoor lighting), K501 Security, K5011 Network, K502 Centralised operational control/automatic controls, K503 Internal control equipment, K5031 AV equipment, and K601 Lift. Some electrotechnical work is also included in contract K201 Alteration Infrastructure, K204 Framework concrete work and K701 Outdoor installations.
    This contract, K4011, with associated drawings and documents, includes the following:
    — Lighting equipment;
    — Emergency light equipment;
    — A lighting control system for façade lights on the Alabaster façade;
    — A lighting control system for internal lights in the Alabaster hall.
    Contract K4011 is mainly an equipment delivery contract (excluding installation) for the construction site.
    The equipment delivery will be divided in several deliveries in accordance with the building progress.
    Contract K4011 shall include the delivery, the installation and the commissioning of complete control systems for the control of the façade lighting in the Alabaster façade and internal lights in the Alabaster Hall.
    The tenderer shall list the 3 most central employees as a part of the response to the award criteria Quality — Project implementation. These employees shall be available during the entire delivery/contract period.
    The contracting authority is emphasising that independent on the tender responses related to the award criteria, the tenderer is bound to provide required administration, competence and organisation. The tenderer cannot, under any circumstances, deliver less than what is described in the tender response.
    Adresse des Bauherren NO-0032 Oslo
    TED Dokumenten-Nr. 51210-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Norway-Oslo: Lighting equipment and electric lamps

      2017/S 028-051210

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Statsbygg Hovedkontor
      971 278 374
      Postbok 8106 Dep. (Biskop Gunnerusgt. 6)
      Oslo
      0032
      Norway
      Contact person: Torstein Bakke Andersen
      Telephone: +47 99309703
      E-mail: MTFTbnFyc2RobUFgampkLUBtY2RxcmRtP3JzYHNyYXhmZi1tbg==
      NUTS code: NO

      Internet address(es):

      Main address: http://www.statsbygg.no/

      Address of the buyer profile: https://kgv.doffin.no/ctm/Company/CompanyInformation/Index/2672

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/150851
      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
      Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5)Main activity
      Economic and financial affairs

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      K4011 Lighting.

       

      Reference number: 2016/14009
      II.1.2)Main CPV code
      31500000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      Lighting equipment.

       

      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)
      31000000
      31518200
      31524120
      31524210
      31530000
      34928500
      34928510
      34993000
      45316000
      45316100
      50232110
      71318100
      45310000
      45000000
      II.2.3)Place of performance
      NUTS code: NO
      II.2.4)Description of the procurement:

       

      The lighting delivery contract must be conducted in accordance with public laws and regulations and in consultation with local authorities. All electrotechnical equipment shall comply with relevant EU/EEA directives, prevailing European standards or Norwegian standards in case European standards are missing. All requirements in accordance with ‘Regulations concerning electrical low voltage systems’ (FEL), and the Norwegian Electrotechnical Committee (NEK) standard 400:2014 shall be complied with, as well as Technical regulations regarding electrotechnical systems in the Planning and building act.

      Particular emphasis will be placed on energy/climate/and operationally favourable system solutions.

      Materials, equipment, components and execution are selected in accordance with this.

      The electro technical installations are described in 8 different contracts named K401 Elkraft [Electric Power], K4011 Lighting (including outdoor lighting), K501 Security, K5011 Network, K502 Centralised operational control/automatic controls, K503 Internal control equipment, K5031 AV equipment, and K601 Lift. Some electrotechnical work is also included in contract K201 Alteration Infrastructure, K204 Framework concrete work and K701 Outdoor installations.

      This contract, K4011, with associated drawings and documents, includes the following:

      — Lighting equipment;

      — Emergency light equipment;

      — A lighting control system for façade lights on the Alabaster façade;

      — A lighting control system for internal lights in the Alabaster hall.

      Contract K4011 is mainly an equipment delivery contract (excluding installation) for the construction site.

      The equipment delivery will be divided in several deliveries in accordance with the building progress.

      Contract K4011 shall include the delivery, the installation and the commissioning of complete control systems for the control of the façade lighting in the Alabaster façade and internal lights in the Alabaster Hall.

      The tenderer shall list the 3 most central employees as a part of the response to the award criteria Quality — Project implementation. These employees shall be available during the entire delivery/contract period.

      The contracting authority is emphasising that independent on the tender responses related to the award criteria, the tenderer is bound to provide required administration, competence and organisation. The tenderer cannot, under any circumstances, deliver less than what is described in the tender response.

       

      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: 26
      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.

       

      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.

      Documentation:

      Company Registration Certificate.

      Foreign companies are required to have a corresponding certificate as prescribed by the laws of the country where the business is registered.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      Tenderers must have satisfactory execution capabilities.

      Documentation:

      Annual accounts

      Annual accounts for the last 2 years, with accompanying auditor's report.

      The Directorate of Public Construction and Property reserves the right to obtain a credit appraisal.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      Experience is required from assignments of relevant character and complexity, hereunder from assignments on construction sites with multiple parallel contractors.

      Documentation:

      Reference assignment

      Short presentation of relevant reference assignments from recent years. 3 reference projects shall be stated. Each containing information about deliveries of lighting equipment, as well as installation thereof. Maximum 1 A4 page should be used for each reference project reporting the following:

      1. The contracting authority and a description of the type of project.

      2. Project/contract size (contract value, excluding VAT).

      3. Time of execution.

      4. The contract's relevant works.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      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: 27/03/2017
      Local time: 11:00
      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: 27/03/2017
      Local time: 12:00
      Place:

       

      Statsbygg's premises, by the reception on the 7th floor.

      Biskop Gunnerus gt. 6, 0155 Oslo.

       

      Information about authorised persons and opening procedure:

       

      Public.

       

      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
      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:
      07/02/2017
    © 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 09.02.2017
Zuletzt aktualisiert 09.02.2017
Wettbewerbs-ID 2-255780 Status Kostenpflichtig
Seitenaufrufe 66