Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
National or federal agency/office
I.3)Main activity
Defence
I.4)Contract award on behalf of other contracting authorities/entities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
HOS P6346 — EBA for new submarines, Framework Agreement — Engineering Design.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 17: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Bergen, Haakonsvern, Norway.
NUTS code NO051
II.1.3)Information on framework agreement
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 7
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 150 000 000 NOK
Frequency and value of the contracts to be awarded: See the attached qualification documentation for further information.
II.1.5)Short description of the contract or purchase(s):
The competition shall lead to signing of:
— A framework agreement with a tenderer who shall be the consultant and engineering designer within all building and construction disciplines.
The framework agreement shall e able to be used for preliminary projects, detailed engineering design, contribute to procurement of contracts, follow-up in the construction phase and as needed for reports and other relevant services connected to this assignment. See the attached qualification documentation for further information.
II.1.6)Common procurement vocabulary (CPV)
71320000, 71321200, 71322000, 71323100, 71323200, 71325000, 45000000, 71000000, 71300000, 71310000, 71311000, 71311100, 71311300, 71312000, 71314000, 71314300, 71315000, 71320000, 71324000, 71330000
II.1.7)Information about subcontracting
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
See the attached qualification documentation for further information.
Estimated value excluding VAT: 150 000 000 NOK
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 15.2.2018. Completion 15.2.2025
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See the attached qualification documentation for further information.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See the attached qualification documentation for further information.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See the attached qualification documentation for further information.
III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
See the attached qualification documentation for further information.
III.1.5)Information about security clearance:
III.2)Conditions for participation
III.2.1)Personal situation
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See the attached qualification documentation for further information.
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See the attached qualification documentation for further information.
III.2.2)Economic and financial ability
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: The tenderer shall be creditworthy.
Tenderer's credit rating, not older than six months when calculated from the expiry of the application deadline. The assessment shall be issued by a company with a credit reporting license from the Norwegian Data Protection Authority, see www.datatilsynet.no. The credit rating shall contain an assessment of the tenderer's payment history/reliability. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale.
If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted for that company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract.
The tenderer must have the financial capacity to implement the contract.
Presentation of the fiscal figures from the last available Annual Financial Statements, showing the tenderer's turnover. (Not required if the accounts' key figures are shown in the credit rating)
See the attached qualification documentation for further information.
Minimum level(s) of standards possibly required: See the attached qualification documentation for further information.
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: See the attached qualification documentation for further information.
III.2.3)Technical and/or professional capacity
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
The tenderer (as a company) shall have good competence in engineering design of buildings/installations/industry of equivalent scope and complexity.
This includes the tenderer having good competence and experience with the use of the Building SMART system as a work tool.
If the tender requires use of sub-providers, or if several companies are submitting tenders jointly, the total joint competence is not required to be developed in co-operation between the various companies.
A list of the most important deliveries or services performed (limited to the last five years). The list should highlight the tenderer's role in the reference project, along with the value, dates and the name of the public or private recipient.
The list must also include information of the degree the BuildingSMART system was used.
The tenderer shall complete the attached excel sheet, see Annex 6 (separate electronic file).
The tenderers shall not deliver their own reference lists, but use only the Norwegian Defence Estates Agency's excel sheet.
The tenderer must have the financial capacity to comply with the contractual obligations. See Annex 5.
Minimum level(s) of standards possibly required
See the attached qualification documentation for further information.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
See the attached qualification documentation for further information.
Minimum level(s) of standards possibly required
See the attached qualification documentation for further information.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 4 and maximum number 7
Objective criteria for choosing the limited number of candidates: See the attached qualification documentation for further information.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
100429
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
14.12.2017 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Other Norwegian.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
See the attached qualification documentation for further information.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
14.11.2017