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 agency/office
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Algarheim primary school and multi-purpose hall.
Reference number: P53034001
II.1.2)Main CPV code
45000000
II.1.3)Type of contract
Works
II.1.4)Short description:
The aim of the procurement is a turnkey school for June 2020, with school start August 2020. It has been decided that the project will be held as an OPS project, with the municipality signing a long-term contract (25 years) with the supplier. The site is owned by the municipality and is planned to be leased to the supplier for the rental period.
The contract consists of the following:
1. OPS delivery (school, multi-purpose hall and outside area — site):
— Design,
— Engineering design,
— Financing,
— Construction,
— Administration, operation, maintenance, replacement, development and service (FDVUUS/caretaker services) of the building,
— Cleaning for 5 years (as well as an option for an extension beyond 5 years).
2. Option for the procurement of mobile fixtures.
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)
45200000
45210000
45212000
45212200
45212220
45214000
45214200
45214210
50000000
50700000
66000000
70000000
70200000
70330000
71000000
71300000
71320000
II.2.3)Place of performance
NUTS code: NO012
NUTS code: NO01
NUTS code: NO
Main site or place of performance:
II.2.4)Description of the procurement:
The project shall be carried out as an OPS project, i.e. the supplier shall develop, construct, finance and run the installation for 25 years.
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: 15
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
With the selection of any surplus qualified contractors, the Contracting Authority will invite the relevant contractors who are best qualified on the basis of the qualification requirements given in the tender. When deciding on which tenderer is best qualified, the contracting authority will focus most on the qualification requirement ‘the tenderer's implementation ability’, cf. point 3.5.4.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
Option for the procurement of mobile fixtures. The Contracting Authority has an option for the following:
— Procurement of mobile fixtures for the school and multi-purpose hall.
The tenderer shall prepare a furnishings plan and coordinate the assemble mobile fixtures within the OPS delivery, cf. the preliminary project and the construction phase contract.
The parties shall, through the preliminary project phase, concretely specify what is included in the mobile fixtures. The option involves a right for the contracting authority to demand that the tenderer takes charge of the procurement of mobile fixtures when this is finally described after the preliminary project has concluded. The procurement of mobile fixtures shall not be priced in the tender phase.
If the option is taken up, the mobile fixtures shall be taken over and paid for by the contracting authority at the agreed take over. The delivery shall be based on the general law of sales' terms for mobile fixtures.
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 his tax and VAT payments in order.
The tenderer must be a legally established company.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Good economic solidity is required along with financial capability/financial understanding.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
The tenderer shall have an very good ability to fulfil the contract:
1.The tenderer is required to have very good competence to fulfil equivalent assignments (development, engineering design, construction, financing and operation).
2. The tenderer is required to have experience from equivalent assignments.
The tenderer is required to posses or be able to obtain necessary government approvals for completing the contract.
A good, efficient quality assurance system is required.
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
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
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: 21/08/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 30/08/2017
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: 01/07/2018
IV.2.7)Conditions for opening of tenders
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
Ullensaker kommune
Jessheim
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:
19/06/2017