Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityOther activity: Broadcasting
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
NRK EA3302/18E Framework Agreement for Architect Services (ARK/IARK) etc
Reference number: 2018/1040
II.1.2)Main CPV code71200000
II.1.3)Type of contractServices
II.1.4)Short description:
NRK, c/o the Section for property, operation and project, intends to enter into 2 parallel nationwide Framework Agreements for the following categorie:
— Architect (ARK),
— Interior Architect (IARK),
— DAK operator / technical drawer.
Most of the assignments will be in Marienlyst, Oslo.
Click here https://permalink.mercell.com/92873998.aspx
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)71210000
71300000
79931000
II.2.3)Place of performanceNUTS code: NO
II.2.4)Description of the procurement:
The ARK/IARK services will primarily apply for the following types of building and interior projects in existing buildings:
— minor alterations,
— extensions/additions,
— maintenance,
— some development,
— some renovation of listed buildings etc.
Tenderers must be able to provide 3D modelling to present architect projects (BIM is not required). DAK services will apply for simple updates to NRK´s 2D drawings, provided by the A-supplier. See the tender documentation for further details.
II.2.5)Award criteriaPrice 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 systemStart: 20/02/2019
End: 20/02/2021
This contract is subject to renewal: yes
Description of renewals:
NRK has an option to extend the Framework Agreements for a further 1+1 year.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
If more than a maximum of 5 tenderers register and fulfil the minimum qualification requirements in chapter 3 of the tender documentation´s administrative provisions, the Contracting Authority will rank them and select the qualified tenderers in accordance with the following selection criteria: Those who, based on a judgemental assessment, best fulfil the qualification requirements listed in points 3.4 and 3.4.1, 'The Tenderer´s Technical and Professional Qualifications'.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
NRK has an option to extend the Framework Agreement for a further 1+1 year.
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 registersList and brief description of conditions:
See the tender documentation.
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.2.1)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 procedureRestricted 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: 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 participateDate: 15/11/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 07/12/2018
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 tenderTender must be valid until: 15/04/2019
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyKlagenemnda for offentlige anskaffelser
Klagenemndssekretariatet, Postboks 511 Sentrum
Bergen
5805
Norway
E-mail:
MjIwXFtfYCxXWl9RGlpb
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:09/10/2018