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
Other type: government owned special law company
I.5)Main activity
Other activity: lotteries and gambling
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework agreement for consultant engineers.
Reference number: NT-17-0130
II.1.2)Main CPV code
71310000
II.1.3)Type of contract
Services
II.1.4)Short description:
Norsk Tipping invites tenderers to a competition for a framework agreement with a consultancy group of consultant engineers in building and construction professions.
Norsk Tipping would like to use the framework agreement to join up with a consultancy group who can quickly provide engineering design personnel for engineering design services for major and minor alteration and renovation projects in the company's buildings in Hamar. The assignment can also involve advice within individual professions.
II.1.5)Estimated total value
Value excluding VAT: 6 000 000.00 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)
71320000
71312000
II.2.3)Place of performance
NUTS code: NO
II.2.4)Description of the procurement:
The framework agreement shall include the following disciplines:
Construction Engineering (RIB).
Electrical Engineer (RIE).
Plumbing and HVAC and sanitation (RIV).
Fire Consultancy (RIBr).
Energy (RIEn).
DAK-designer.
Tenders are wanted for two consultants per discipline in order of priority.
CVs shall be submitted for the offered resources. The consultant's competence and experience in the above disciplines will form the basis for an evaluation of the tenders. The offered consultants are to be the personnel who shall carry out the work. We do not want CVs for other resources.
As an option, tenders are wanted for closely related service areas.
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: 6 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
Contract extensions for a further one plus one year.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
As an option, tenders are wanted for closely related service areas:
Geotechnical (RIG).
Acoustics (RIA).
Building Physics (RIBFYS).
RITB coordinator.
Tenders are wanted here for one consultant per discipline. We expect that there will be a limited need for these disciplines. Tenderers can join up with these consultants if they do not have them in their company. These services shall be priced on the same terms as the others, but they will not be weighted very much.
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 shall have their tax and VAT payments in order.
— The tenderer shall be a legally established company.
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
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
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: no
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: 30/06/2017
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30/12/2017
IV.2.7)Conditions for opening of tenders
Date: 30/06/2017
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 invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
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