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 authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Madlamark Skole [Madlamark School] — Turnkey Contract with a Solution Proposal — Interaction Model — Pre-qualification
Reference number: 16/08923
II.1.2)Main CPV code45422000
II.1.3)Type of contractWorks
II.1.4)Short description:
II.1.5)Estimated total valueValue excluding VAT: 195 000 000.00 NOK
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)39200000
42416100
45212200
45214200
45232300
45233300
45262300
45262500
45331000
45332000
45431000
45432110
45440000
48921000
71320000
71321300
71321400
71323100
71421000
II.2.3)Place of performanceNUTS code: NO043
Main site or place of performance:
Madlamark school in Stavanger municipality.
II.2.4)Description of the procurement:
Madlamark school is currently housed in old buildings. A new school and sports hall are to be constructed to replace the buildings that are to be demolished. The existing swimming pool will be renovated in another contract. The school is to remain open during the construction period. Parts of the existing buildings will be used as temporary premises before demolition, in addition to a temporary module building, which is a separate contract.
The contract form is a turnkey contract with a solution proposal from the tenderer. The contract will be based on the interaction process. An interaction contract will be signed that has phase 1 interaction and phase 2 turnkey contract, in accordance with NS 8407 (part of the interaction contract).
The procurement will start with a pre-qualification. The qualification documentation for the pre-qualification can be found in annex 01b under the tab “Documents”.
Pre-qualified tenderers must prepare a priced solution proposal. Pre-qualified tenderers, apart from the winner of the contest, who submit a priced solution proposal and who are not rejected, will be remunerated with 400 000 NOK including VAT.
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 valueValue excluding VAT: 195 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 3
Maximum number: 5
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The contract form is a turnkey contract with solution proposal from tenderer, where the Contracting Authority will enter into one interaction contract that contains phase 1 interaction and an option for phase 2 turnkey contract in accordance with NS 8407 (part of the interaction contract).
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 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: 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: 13/11/2018
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: 4 (from the date stated for receipt of tender)
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 workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyStavanger kommune
Stavanger
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:09/10/2018