Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from 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:
Procurement of a framework agreement for consultancy services for land acquisition, development contracts etc.
Reference number: 18/4
II.1.2)Main CPV code
70000000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Contracting Authority has a need for consultancy services in land acquisition, strategic property owner consulting, contribute to development contracts and processing of building applications. The need comprises the following 4 areas:
— land acquisition,
— property owner consulting,
— contribute to development contracts,
— processing of building applications.
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)
70100000
70120000
71000000
II.2.3)Place of performance
NUTS code: NO012
Main site or place of performance:
II.2.4)Description of the procurement:
The Contracting Authority has a need for consultancy services in land acquisition, strategic property owner consulting, contribute to development contracts and processing of building applications. The need comprises the following 4 areas:
— land acquisition,
— property owner consulting,
— contribute to development contracts,
— processing of building applications.
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: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
If multiple qualified tenderers deliver enquiries for participation in the competition, the contracting authority will choose from amongst these tenderers based on who best fulfils the qualification requirement “experience from comparable assignments”, cf. Point 4.5.
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:
The tenderer shall be registered in a company register, professional register or a trade register in the state where the tenderer is established.
— Norwegian companies: Company Registration Certificate.
— Foreign companies: Verification that the tenderer is registered in a company register, trade 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:
Norwegian tenderers must have their affairs in order with regard to the payment of tax, payroll tax and value-added tax (VAT):
— tax certificate, not older than 6 months.
Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement:
— a credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Tenderers shall have experience from comparable contracts:
— Description of the tenderer's up to 3 most relevant contracts in the course of the last 3 years. The description must include a statement of the contract's value, date and recipient (name, telephone number and email address). It is the tenderer's responsibility to document relevance through the description.
— The tenderer can document experience by referring to the competence of personnel that the tenderer can be use for this assignment, even if the experience was gained whilst the personnel carried out services for another service provider.
The tenderer shall have systems for quality assurance of the services included in the contract, hereunder environment and climate requirements.
— A statement of the tenderer's quality assurance/management system to ensure that the assignment is carried out in a most efficient and purposeful manner, including systems to ensure protection of interdisciplinary environment and climate requirements.
— Alternative: Certificate for quality assurance/quality management system and issued by independant bodies who confirm that the tenderer meets specific quality assurance standards, including environment and climate requirements.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 19/03/2018
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
Tender must be valid until: 31/08/2018
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
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Lørenskog Kommune
Akershus
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:
15/02/2018