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:
17/4191 Framework agreement for consultancy services.
Reference number: 17/4191
II.1.2)Main CPV code
71000000
II.1.3)Type of contract
Services
II.1.4)Short description:
The aim of the procurement is to ensure that the Contracting Authority has access to consultants with the correct competence, at the correct price, when required. Consultancy services are mainly needed in the Contracting Authority's building and property entity, technical operations entity and the planning section for their activities, which include, amongst other things, developing, maintaining and further developing the municipality's properties and infrastructure. The Contracting Authority would like to split the procurement up into two types of contracts. Firstly, the Contracting Authority would like to enter into framework agreements with Tenderers who have competence to carry out assignments comprising of several disciplines within consultancy services (Framework Agreement Type 1). Furthermore, the Contracting Authority would like to enter into framework agreements with Tenderers who are specialists in individual disciplines within consultancy services (Framework Agreement Type 2). Tenders can be submitted for one or both framework agreements.
II.1.5)Estimated total value
Value excluding VAT: 92 000 000.00 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)
71200000
71221000
71222000
71222100
71222200
71223000
71240000
71241000
71242000
71243000
71244000
71245000
71246000
71247000
71248000
71250000
71251000
71300000
71310000
71311000
71311100
71311210
71311300
71312000
71313000
71313100
71313200
71313400
71313410
71313420
71313430
71314000
71314300
71315100
71315200
71315210
71315300
71315400
71317000
71317100
71318000
71320000
71321000
71321200
71321300
71321400
71322000
71322200
71322500
71323200
71325000
71327000
71328000
71330000
71332000
71334000
71351000
71351200
71351900
71400000
71410000
71420000
71500000
71530000
71540000
71541000
71631300
71631400
71800000
II.2.3)Place of performance
NUTS code: NO021
Main site or place of performance:
II.2.4)Description of the procurement:
2.3 Number and type of framework agreements
2.3.1 Framework agreements that cover consultancy services for several disciplines (Framework Agreement Type 1)
The Contracting Authority will enter into parallel framework agreements with 3-5 tenderers who can carry out assignments that comprise several disciplines within consultancy services, provided that there are a sufficient number of suitable tenderers and tenders. These framework agreements will hereafter be referred to as ‘Framework Agreement Type 1’.
See Annex 1 Information on the framework agreement and the contracting authority's requirements for deliveries, point 3.1 for the disciplines that Tenderers must have competence in, in order to fulfil the Contracting Authority's requirement specifications for this framework agreement.
2.3.2 Framework agreements that comprise consultancy services for one discipline (Framework Agreement Type 2)
The Contracting Authority would like to enter into framework agreements with Tenderers who can carry out assignments that require consultancy services within one single discipline. The Contracting Authority will enter into a framework agreement with one Tenderer per requested discipline. These framework agreements will hereafter be referred to as ‘Framework Agreement Type 2’.
The requested disciplines for Framework Agreement 2 are stated in Annex 1 Information on the framework agreement and the contracting authority's requirements for deliveries, point 3.2.
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: 92 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The framework agreements will be signed for two years, with an option for the Contracting Authority for a one year extension at a time for up to two years, to a total maximum of four years. Notification on an extension shall be given in writing within three months of the contract period expiring. The right to extend is unilateral for the contracting authority.
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
Framework Agreement Type 1: See Annex 1, point 3.1 for details on which disciplines Tenderers must have competence in, in order to fulfil the Contracting Authority's requirement specifications for this framework agreement.
Framework Agreement Type 2: The Contracting Authority will enter into a framework agreement with one Tenderer per requested discipline. The requested disciplines for Framework Agreement 2 are stated in Annex 1, point 3.2.
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.
Documentation Requirement: 1. Norwegian tenderers: Company Registration Certificate
2. Foreign companies: Verification showing that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
The tenderer must have sufficient economic and financial capacity to be able to comply with the contractual regulations.
Documentation requirement: The contracting authority shall conduct its own independent assessment of the tenderer's financial soundness. The assessment will be conducted in collaboration with a credit rating agency. The Contracting Authority uses Credit Easy for credit rating and tenderers must have grade 3 (credit worthy) or higher to be qualified.
The Contracting Authority reserves the right to carry out a credit rating of stated sub-suppliers. Tenderers must present an overview of sub-suppliers that will be used.
Recently established companies will be assessed separately. Newly established companies are obliged to enclose the necessary information so that the contracting authority can assess the company's economic and financial capacity.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Tenderers shall have a quality assurance system suitable for the delivery. Documentation requirement: A description of the tenderer's methods for quality assurance. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certification, it is sufficient to enclose a copy of the valid certificate ISO 9001 or equivalent quality assurance certificate cf. FOA § 16-7 (1), cf. (3).
2. Tenderers shall have an environment management system suitable for the delivery. Documentation requirement: A description of the tenderer's environment management system or environment management standards. If a tenderer has a certificate issued by independent bodies, e.g. ISO 14001 or EMAS, it is sufficient to enclose a copy of the valid certificate, cf. FOA § 16-7 (2), cf. (3).
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:
After a framework agreement has been signed following this competition, the main rule is that the framework agreement shall be used. The Contracting Authority reserves the right to go outside the framework agreement for individual procurements over 200 000 ΝΟΚ if required. In cases where this is done, the procurement shall be made in accordance with the law and regulations for public procurements or the law and regulations for procurement rules in the utilities sector.
See the framework agreement Annex 5 Administrative Terms for further details on how call-offs will be made within the framework agreement.
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: 11
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: 10/11/2017
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:
English, 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: 10/11/2017
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Ringsaker kommune
Brumunddal
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:
12/10/2017