loading
  • NO-3511 Hønefoss
  • 06.07.2018
  • Ausschreibung
  • (ID 2-304192)

Procurement of Architect, Engineering Design and Consultancy Services (2nd notice)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 06.07.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Objektplanung Gebäude / Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen / Objektplanung Verkehrsanlagen / Brandschutz / Technische Ausrüstung / Objektplanung Ver-/ Entsorgung / Bodenmechanik, Erd-/ Grundbau / Vermessung / Stadt-/ Gebietsplanung / Projektsteuerung
    Sprache Norwegisch
    Aufgabe
    The competition concerns a Framework Agreement for the delivery of architect, consultancy, and engineering design services to Ringerike kommune (hereafter called the Contracting Authority) and Hole kommune.
    What is to be implemented in the individual projects will be clarified in connection with the individual order (call-off) on the Framework Agreement. The cost limit and progress for each project will be clarified with each order (call-off) on the Framework Agreement.
    The Contracting Authority will nominate a project manager for each project, who the engaged consultants must report to. Only the project manager will have the Authority to decide that the assignment description/mandate for each project is to be changed during the assignment.
    Leistungsumfang
    Disciplines for the competition.
    — Gr.1 Land planning and map services,
    — Gr.2 Surveying work and surveying activities,
    — Gr. 3 Plan processing in case/archive systems in the municipality,
    — Gr.4 Building application processing in the system, case/archive systems in the municipality,
    — Gr.5 Architect services,
    — Gr.6 Infrastructure (roads, water and sewage),
    — Gr.7 Environment mapping and pollution,
    — Gr.8 Project administration (buildings, constructions and sites),
    — Gr.9 BREEAM NOR,
    — Gr.9 Project administration (infrastructure/municipal engineering),
    — Gr.10 Building and site technical consultancy,
    — Gr.11 Electro consultancy services,
    — Gr.12 HVAC and sanitation consultancy services,
    — Gr.13 Fire engineering consultancy services,
    — Gr.14 Geotechnics consultancy services,
    — Gr. 15 Automation engineering and control plant management.
    Tenderers must ensure that they have offered competence for the entire duration of the Framework Agreement, including competence to get central or local certification within the relevant development class within each discipline.
    See the requirement specifications, annex 1 for further details.
    Adresse des Bauherren NO-3511 Hønefoss
    TED Dokumenten-Nr. 240857-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Norway-Hønefoss: Urban planning services

      2018/S 105-240857

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Ringerike Kommune
      940100925
      Osloveien 1 Rådhuset
      Hønefoss
      3511
      Norway
      Contact person: Charlotte Heisholt
      E-mail: MjExWF1WZ2FkaWlaI11aXmhdZGFpNWdeY1xaZ15gWiNgZGJiamNaI2Nk
      NUTS code: NO

      Internet address(es):

      Main address: https://permalink.mercell.com/86303810.aspx

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/86303810.aspx
      Additional information can be obtained from another address:
      Mercell Norge AS
      Karihaugveien 89
      Oslo
      1086
      Norway
      E-mail: MTdsbmlpaGttOWZea1xeZWUnXGhm
      NUTS code: NO

      Internet address(es):

      Main address: https://permalink.mercell.com/86303810.aspx

      Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/86303810.aspx
      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 Architect, Engineering Design and Consultancy Services (2nd notice)

      Reference number: 2018/2139
      II.1.2)Main CPV code
      71410000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The competition concerns a Framework Agreement for the delivery of architect, consultancy, and engineering design services to Ringerike kommune (hereafter called the Contracting Authority) and Hole kommune.

      What is to be implemented in the individual projects will be clarified in connection with the individual order (call-off) on the Framework Agreement. The cost limit and progress for each project will be clarified with each order (call-off) on the Framework Agreement.

      The Contracting Authority will nominate a project manager for each project, who the engaged consultants must report to. Only the project manager will have the Authority to decide that the assignment description/mandate for each project is to be changed during the assignment.

      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)
      71400000
      71355000
      71355200
      71315300
      71530000
      71315200
      71210000
      71311300
      71313000
      71248000
      71541000
      71322200
      71800000
      71322000
      71322500
      71311000
      71321000
      71321200
      71317100
      71332000
      71351200
      48921000
      71240000
      71247000
      II.2.3)Place of performance
      NUTS code: NO032
      II.2.4)Description of the procurement:

      Disciplines for the competition.

      — Gr.1 Land planning and map services,

      — Gr.2 Surveying work and surveying activities,

      — Gr. 3 Plan processing in case/archive systems in the municipality,

      — Gr.4 Building application processing in the system, case/archive systems in the municipality,

      — Gr.5 Architect services,

      — Gr.6 Infrastructure (roads, water and sewage),

      — Gr.7 Environment mapping and pollution,

      — Gr.8 Project administration (buildings, constructions and sites),

      — Gr.9 BREEAM NOR,

      — Gr.9 Project administration (infrastructure/municipal engineering),

      — Gr.10 Building and site technical consultancy,

      — Gr.11 Electro consultancy services,

      — Gr.12 HVAC and sanitation consultancy services,

      — Gr.13 Fire engineering consultancy services,

      — Gr.14 Geotechnics consultancy services,

      — Gr. 15 Automation engineering and control plant management.

      Tenderers must ensure that they have offered competence for the entire duration of the Framework Agreement, including competence to get central or local certification within the relevant development class within each discipline.

      See the requirement specifications, annex 1 for further details.

      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: 24
      This contract is subject to renewal: yes
      Description of renewals:

      Option for the Contracting Authority to extend for a further 2 years, 1 year at a time.

      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: 3
      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: 06/07/2018
      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: 07/12/2018
      IV.2.7)Conditions for opening of tenders
      Date: 06/07/2018
      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
      Klagenemnda for offentlige anskaffelser
      Postboks 439 Sentrum
      Bergen
      5805
      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
      Klagenemnda for offentlige anskaffelser
      Postboks 439 Sentrum
      Bergen
      5805
      Norway
      Telephone: +47 55597500
      E-mail: MjE5XVxgYS1YXFNOG1tc
      Fax: +47 55597599

      Internet address: http://www.kofa.no/

      VI.5)Date of dispatch of this notice:
      04/06/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 05.06.2018
Zuletzt aktualisiert 05.06.2018
Wettbewerbs-ID 2-304192 Status Kostenpflichtig
Seitenaufrufe 43