Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from another 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:
EEA 068-2017 Framework agreement Advisor Workplace Consultant.
II.1.2)Main CPV code
79931000
II.1.3)Type of contract
Services
II.1.4)Short description:
Bergen municipality rents office premises for its agencies and departments. Bergen municipality has decided that new office workplaces shall be designed in accordance with an activity based workplace concept, with shared spaces that shall contribute to flexible, efficient and attractive office premises.
II.1.5)Estimated total value
Value excluding VAT: 3 000 000.00 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)
71000000
71210000
72224000
73000000
73220000
79000000
79900000
79930000
79932000
II.2.3)Place of performance
NUTS code: NO051
II.2.4)Description of the procurement:
In case 1385-16 the town council in Bergen municipality approved new frameworks for an area reduction and the choice of the workplace concept for establishing new workplaces for Bergen municipality.
The agency that orders new premises will require assistance with designing new room and function programmes and, prior to this, with carrying out a mapping of existing work forms and the entity's goal and visions.
Bergen municipality would like to enter into a framework agreement with tenderers to cover the need for consultancy services for the implementation of and transition to the new workplace concept for Bergen municipality. The concept is being prepared and the consultant shall assist in piloting the concept, implementing the concept in the municipality's different entities and in the projects and processes that arise.
The framework agreement is primarily intended to cover the needs of the Buildings and Property Department, but it can also be used by other units in Bergen municipality. The chosen tenderers shall provide assistance to the entire municipality.
See the tender documentation, requirement specifications and the price form for more detailed information.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Competence / Weighting: 60
Quality criterion - Name: Assignment comprehension / Weighting: 20
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 3 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/01/2018
End: 01/01/2020
This contract is subject to renewal: yes
Description of renewals:
The contract can be extended for a further 2 years, 1 year at a time.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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 must be registered in a company register or trade register in the member state where the tenderer is established. As described in annex XI of directive 2014/24/EU of the European Parliament and of the Council; suppliers from certain member countries can be required to fulfil other requirements in the mentioned annex (for Norwegian suppliers, a company registration certificate from the Brønnøysund Register Centre).
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Routines for environmental monitoring: The task requires suppliers who have procedures and systems that ensure a low environmental impact by the execution of delivery Documentation: Description of the company's procedures and systems for ensuring low environmental impact when carrying out the delivery. If the company has environmental certification or ISO 14001:2004 (or a more recent version) or equivalent third party verified systems, such a certificate will be accepted as documentation for fulfilment of the qualification requirement.
Quality assurance requirements: The assignment requires systems for quality assurance. Documentation (to be provided in the following ways): Description of the company's procedures regarding quality management, with emphasis on quality assurance, resource management, managements' responsibility, the manufacturing process and continual analysis and improvement. If the tenderer holds an ISO 9001:2008 certificate (or newer version), such a certificate will be accepted as documentation of compliance with the qualification requirement.
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
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: 03/11/2017
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: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 03/11/2017
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Bergen Kommune/Etat for bygg og eiendom
Bergen
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:
30/09/2017