Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from another address:
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
07206 — Turnkey Contract Kjul Bus Garage
II.1.2)Main CPV code45213311
II.1.3)Type of contractWorks
II.1.4)Short description:
A new bus garage shall be constructed at Kjul in Nittedal. The site will consist of a free-standing building of approx. 1500 m2 gross, including workshop halls, a washing hall, stores, administration and changing rooms. The site also includes a relatively large outdoor area with parking for buses, underground technical infrastructure, support walls and noise reduction screens against neighbours.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)45213314
71240000
II.2.3)Place of performanceNUTS code: NO012
II.2.4)Description of the procurement:
A new bus garage shall be constructed at Kjul in Nittedal. The site will consist of a free-standing building of approx. 1500 m2 gross, including workshop halls, a washing hall, stores, administration and changing rooms. The site also includes a relatively large outdoor area with parking for buses, underground technical infrastructure, support walls and noise reduction screens against neighbours. The site is approx. 14 decares.
There will be a site inspection on Thursday 26.4.2018 at 10:00.
The site address is Kjulsveien 15 in Nittedal. There is currently a bus garage from 1956 at the same address, which is to be demolished. This is included in a different contract in spring 2018.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 04/07/2018
End: 31/05/2019
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
See the tender documentation.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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 standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
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 procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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 participateDate: 01/06/2018
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 01/06/2018
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
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:19/04/2018