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:
Framework agreement consultancy services.
Reference number: 17/1767
II.1.2)Main CPV code
71310000
II.1.3)Type of contract
Services
II.1.4)Short description:
Harstad and Kvæfjord municipality wants to enter into parallel framework agreements with service providers for technical consultancy services for architects and consulting engineers for the following disciplines:
1. Building engineering services (including construction management and independent inspections), electrical installation services,
HVAC and sanitary installation services, and fire engineering services.
2. Building and process automation.
3. Architect/technical drafts.
4. Zoning plans.
II.1.5)Estimated total value
Value excluding VAT: 11 760 000.00 NOK
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:
Building engineering services (including construction management and independent inspections), electrical installation services, HVAC and sanitary installation services, and fire engineering services
Lot No: 1
II.2.2)Additional CPV code(s)
71530000
71500000
71310000
II.2.3)Place of performance
NUTS code: NO
II.2.4)Description of the procurement:
Project management and consultancy services for building engineering services, including project management, construction management, independent inspections, as well as HVAC and sanitary installation services, and fire engineering services.
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
Start: 15/08/2017
End: 15/08/2019
This contract is subject to renewal: yes
Description of renewals:
The contracting authority has the option to extend the contract subject to the same conditions for 1+1 years, so that the total possible length of the contract is 4 years.
The options will be automatically taken up unless the contracting authority gives notification otherwise at the latest 2 months before the contract or option year expires.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The contracting authority has the option to extend the contract subject to the same conditions for 1+1 years, so that the total possible length of the contract is 4 years.
The options will be automatically taken up unless the contracting authority gives notification otherwise at the latest 2 months before the contract or option year expires.
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:
Building and process automation
Lot No: 2
II.2.2)Additional CPV code(s)
71310000
II.2.3)Place of performance
NUTS code: NO
II.2.4)Description of the procurement:
Project management and consultancy in relation to automation engineering services.
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
Start: 15/08/2017
End: 15/08/2019
This contract is subject to renewal: yes
Description of renewals:
The contracting authority has the option to extend the contract subject to the same conditions for 1+1 years, so that the total possible length of the contract is 4 years.
The options will be automatically taken up unless the contracting authority gives notification otherwise at the latest 2 months before the contract or option year expires.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The contracting authority has the option to extend the contract subject to the same conditions for 1+1 years, so that the total possible length of the contract is 4 years.
The options will be automatically taken up unless the contracting authority gives notification otherwise at the latest 2 months before the contract or option year expires.
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:
Architect/technical drafts
Lot No: 3
II.2.2)Additional CPV code(s)
71200000
II.2.3)Place of performance
NUTS code: NO
II.2.4)Description of the procurement:
Architectural services and the preparation of technical drafts.
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
Start: 15/08/2017
End: 15/08/2019
This contract is subject to renewal: yes
Description of renewals:
The contracting authority has the option to extend the contract subject to the same conditions for 1+1 years, so that the total possible length of the contract is 4 years.
The options will be automatically taken up unless the contracting authority gives notification otherwise at the latest 2 months before the contract or option year expires.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The contracting authority has the option to extend the contract subject to the same conditions for 1+1 years, so that the total possible length of the contract is 4 years.
The options will be automatically taken up unless the contracting authority gives notification otherwise at the latest 2 months before the contract or option year expires.
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.2.2)Additional CPV code(s)
71410000
II.2.3)Place of performance
NUTS code: NO
II.2.4)Description of the procurement:
Preparation of zoning plans.
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
Start: 15/08/2017
End: 15/08/2019
This contract is subject to renewal: yes
Description of renewals:
The contracting authority has the option to extend the contract subject to the same conditions for 1+1 years, so that the total possible length of the contract is 4 years.
The options will be automatically taken up unless the contracting authority gives notification otherwise at the latest 2 months before the contract or option year expires.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The contracting authority has the option to extend the contract subject to the same conditions for 1+1 years, so that the total possible length of the contract is 4 years.
The options will be automatically taken up unless the contracting authority gives notification otherwise at the latest 2 months before the contract or option year expires.
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:
Tenderers shall be registered in a company register, professional register or a trade register in the country where the tenderer is established.
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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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: 01/07/2017
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: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 03/07/2017
Local time: 13:00
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
Harstad kommune
c/o Postmottak, Postboks 1000
Harstad
9479
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:
24/05/2017