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
Education
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Tender documentation for technical disciplines and Engineering Design Group Manager (PGL).
Reference number: 2017/15894
II.1.2)Main CPV code
71541000
II.1.3)Type of contract
Services
II.1.4)Short description:
AFK eiendom FKF, on behalf of AFK eiendom FKF (Contracting Authority 1) and Akershus Kollektiv Terminaler FKF (Contracting Authority 2) (these 2 are later referred to as AFK) wants tender offers on:
Parallel framework agreements for the following professional groups:
— Engineering Design Group Manager (PGL),
— Consulting Acoustics Engineer (RIA),
— Consulting Construction Engineer (RIB),
— Consulting Fire Engineer (RIBr),
— Consulting Electrical Engineer (RIE),
— Consulting Geotechnical Engineer (RIG),
— Consulting HVAC and Sanitation Engineer (RIV),
— Energy Consultant,
— ITB Consultant,
— Environmental Consultant.
It is not possible to submit partial tender offers, but the Contracting Authority encourages cross discipline cooperation through use of the tender documentations attached affiliation declaration.
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)
71313200
71315210
71317100
71321000
71332000
71321200
71314300
71314000
48921000
71313000
II.2.3)Place of performance
NUTS code: NO012
II.2.4)Description of the procurement:
AFK eiendom FKF is a county municipal company wholly owned by Akershus fylkeskommune [Akershus County Municipality]. The company has executive ownership of the county's school properties and other purpose-built buildings and manages 34 sixth form colleges, two non-degree granting colleges and county dental clinics. Altogether a combined building area of approx. 475 000 m2 distributed over approx. 270 buildings.
Akershus Kollektiv Terminaler FKF is a county municipal company owned by Akershus fylkeskommune. The objective is to manage, operate and maintain the county's bus terminals, commuter parking spaces and jetties/quays with technical equipment. The company is the county's competence body in regard to planning, construction and operation of public transport terminals and shall contribute to safeguarding the county's obligations in accordance with the transport legislation in regard to safeguarding of infrastructure for public transport bus transport.
Akershus fylkeskommune has approved the project in the county council ‘Future School Structure toward 2030’. This means that AFK eiendom FKF, in the near future, shall establish approx. 4 500 new student places by new construction and expansion and rehabilitation of multiple of the existing schools and dental clinics. The framework agreements are intended to cover AFK's need for the services required with projects for new construction, additions and extensions, as well as in connection with rehabilitation, reconstruction and major maintenance.
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: 02/01/2018
End: 01/01/2020
This contract is subject to renewal: yes
Description of renewals:
The agreement can be extended for a further 1 year + 1 year.
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
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: 5
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: 07/12/2017
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 07/12/2017
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
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
AFK eiendom FKF
Oslo
0185
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:
11/11/2017