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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Pre-analysis and choice of concept reviews, property need for the legal sector.
Reference number: 17/2989
II.1.2)Main CPV code
71315200
II.1.3)Type of contract
Services
II.1.4)Short description:
There is a need within the Ministry of Justice and Social Security's (JD) responsibilities for new premises for a number of entities in the Oslo area (Oslo police district, PST, the Norwegian Police University College, Oslo Prison etc.). In addition population growth in and around Oslo creates challenges for the law courts. The ministry needs to carry out a pre-analysis out of prioritising considerations, where the needs are assessed against each other and where they are seen in context. This will form the basis for further reviews. The pre-analysis shall be available by 1.10.2017 and it will be followed-up with at least 2 choice of concept reviews (KVUs). Call-offs for assistance with the choice of concept reviews will be included as an option in the contract.
II.1.5)Estimated total value
Value excluding VAT: 16 000 000.00 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)
71241000
71620000
II.2.3)Place of performance
NUTS code: NO011
II.2.4)Description of the procurement:
There is a need within the Ministry of Justice and Social Security's (JD) responsibilities for new premises for a number of entities in the Oslo area (Oslo police district, PST, the Norwegian Police University College, Oslo Prison etc.). In addition population growth in and around Oslo creates challenges for the law courts. The ministry needs to carry out a pre-analysis out of prioritising considerations, where the needs are assessed against each other and where they are seen in context. This will form the basis for further reviews. The pre-analysis shall be available by 1.10.2017 and it will be followed-up with at least two choice of concept reviews (KVUs). Call-offs for assistance with the choice of concept reviews will be included as an option in the contract.
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: 16 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/07/2017
End: 01/10/2017
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 main assignment is a pre-analysis that will form the basis for the choice of concept reviews (KVUs). The number of KVUs is a part of the pre-analysis. At least 2 KVUs have been identified, but up to 3 further reviews are expected. The procurement's value is estimated from a value of the pre-analysis of 1 000 000 NOK and 3 000 000 NOK per KVU. Assessments will be made as to whether the KVUs shall be carried out as a part of this contract (option).
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:
See the tender documentation.
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
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: 20/06/2017
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: 30/09/2017
IV.2.7)Conditions for opening of tenders
Date: 20/06/2017
Local time: 12:00
Place:
Information about authorised persons and opening procedure:
The tenders will not be opened in public.
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
Justis- og beredskapsdepartementet
Osli
Norway
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
The waiting period will be set in a letter on the choice of supplier.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
22/05/2017