loading
  • NO-6025 Ålesund
  • 14.11.2018
  • Ausschreibung
  • (ID 2-317715)

Procurement — Project Management, Kolvikbakken, 2018


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 14.11.2018, 13:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Schulen
    Art der Leistung allgemeine Beratungsleistungen / Projektsteuerung / Objektplanung Gebäude
    Sprache Norwegisch
    Aufgabe
    The aim of this competition is to enter into a contract with one tenderer.
    Background for the procurement:
    The town council decided, in the town council matter 028/18, to continue/restart a previous decision on the renovation and extension of Kolvikbakken secondary school (KUSK).
    The documents indicate an investment need of approx. 250 000 000 NOK.
    ÅKE thus invites tenderers to a competition for the procurement of “project management for the renovation and extension of Kolvikbakken secondary school”.
    The contract form has not yet been finally decided, but the plan is to use an interaction contract with early involvement of the contractor and consultant disciplines.
    The work will consist of project management and the delivery of a function and room Programme, up to and including the preliminary project. Further continuation of the assignment after the approved preliminary project will be an option. The requirement specifications details what each role involves.
    The Contracting Authority is the builder.
    Leistungsumfang
    The aim of this competition is to enter into a contract with one tenderer.
    Background for the procurement:
    The town council decided, in the town council matter 028/18, to continue/restart a previous decision on the renovation and extension of Kolvikbakken secondary school (KUSK).
    The documents indicate an investment need of approx. 250 000 000 NOK.
    ÅKE thus invites tenderers to a competition for the procurement of “project management for the renovation and extension of Kolvikbakken secondary school”.
    The contract form has not yet been finally decided, but the plan is to use an interaction contract with early involvement of the contractor and consultant disciplines.
    The work will consist of project management and the delivery of a function and room Programme, up to and including the preliminary project. Further continuation of the assignment after the approved preliminary project will be an option. The requirement specifications details what each role involves.
    The Contracting Authority is the builder.
    Adresse des Bauherren NO-6025 Ålesund
    TED Dokumenten-Nr. 453377-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Norway-Ålesund: Engineering services

      2018/S 199-453377

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Ålesund kommunale eiendom KF
      986 074 988
      Rådhuset
      Ålesund
      6025
      Norway
      Contact person: Ann-Iren Sperre
      E-mail: MTJfbGwrZ3BjbCxxbmNwcGM+X2pjcXNsYixpbWtrc2xjLGxt
      NUTS code: NO053

      Internet address(es):

      Main address: http://alesund.kommune.no/sub/eiendom/

      I.2)Information about joint procurement
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://tendsign.no/doc.aspx?UniqueId=afyeqozztc&GoTo=Docs
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://tendsign.no/doc.aspx?UniqueId=afyeqozztc&GoTo=Tender
      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 — Project Management, Kolvikbakken, 2018

      Reference number: 18/2324
      II.1.2)Main CPV code
      71300000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The aim of this competition is to enter into a contract with one tenderer.

      Background for the procurement:

      The town council decided, in the town council matter 028/18, to continue/restart a previous decision on the renovation and extension of Kolvikbakken secondary school (KUSK).

      The documents indicate an investment need of approx. 250 000 000 NOK.

      ÅKE thus invites tenderers to a competition for the procurement of “project management for the renovation and extension of Kolvikbakken secondary school”.

      The contract form has not yet been finally decided, but the plan is to use an interaction contract with early involvement of the contractor and consultant disciplines.

      The work will consist of project management and the delivery of a function and room Programme, up to and including the preliminary project. Further continuation of the assignment after the approved preliminary project will be an option. The requirement specifications details what each role involves.

      The Contracting Authority is the builder.

      II.1.5)Estimated total value
      Value excluding VAT: 5 000 000.00 NOK
      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)
      71310000
      71311000
      71315200
      71320000
      71530000
      71540000
      71541000
      72224000
      72243000
      II.2.3)Place of performance
      NUTS code: NO053
      Main site or place of performance:

      Ålesund kommune (municipality)

      II.2.4)Description of the procurement:

      The aim of this competition is to enter into a contract with one tenderer.

      Background for the procurement:

      The town council decided, in the town council matter 028/18, to continue/restart a previous decision on the renovation and extension of Kolvikbakken secondary school (KUSK).

      The documents indicate an investment need of approx. 250 000 000 NOK.

      ÅKE thus invites tenderers to a competition for the procurement of “project management for the renovation and extension of Kolvikbakken secondary school”.

      The contract form has not yet been finally decided, but the plan is to use an interaction contract with early involvement of the contractor and consultant disciplines.

      The work will consist of project management and the delivery of a function and room Programme, up to and including the preliminary project. Further continuation of the assignment after the approved preliminary project will be an option. The requirement specifications details what each role involves.

      The Contracting Authority is the builder.

      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
      Value excluding VAT: 5 000 000.00 NOK
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 17/12/2018
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

      — option for project management after the approved preliminary project. Please see the detailed information in the tender documentation.

      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
      List and brief description of selection criteria:

      Tax and VAT certificates

      Documentation requirement:

      For Norwegian tenderers: tax and VAT certificate. The certificate must not be older than 6 months from the tender deadline. Any arrears or other irregularities must be justified. (tenderers can obtain electronic tax and VAT certificates, which will be immediately sent by e-mail).

      Foreign tenderers: tenderers who are not established in Norway shall submit equivalent documentation issued by the authorities in the country where the tenderer is established. The certificate shall preferably be translated into Norwegian, but it will also be accepted in Swedish, Danish and English.

      Credit Rating.

      Documentation requirement: The Contracting Authority will carry out an assessment of the tenderer's finances through the company and accounting information system Bisnode AS (www.soliditet.no/creditcontrol) with the service CreditPro.

      The Contracting Authority will not accept credit ratings from other business and account information systems than Bisnode AS with the service CreditPro in order to ensure an equal assessment of all tenderers.

      The Tenderer can enclose other necessary information in the tender if the tenderer believes that Bisnode/CreditPro does not provide a correct picture of the economic situation.

      Newly established companies: Newly established companies who have not worked up a basis for a credit assessment must enclose a declaration from a bank or similar financial institution on the company's financial and economic standing.

      This also applies to foreign tenderers.

      Minimum level(s) of standards possibly required:

      Tax and VAT certificates

      Requirement: tenderers must have their tax, employer contributions and VAT payments in order in accordance with the legal provisions.

      Credit Rating

      Requirement: The financial capacity to fulfil the contract is required. A minimum requirement is that the tenderer is credit-worthy in accordance with Bisnode AS using the service CreditPro, or that the tenderer has the financial capacity to implement the contract, based on the Contracting Authority’s assessment given in the submitted documentation from the tenderer.

      Newly established companies: Newly established companies must have the economic capacity to execute the contract.

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

      Quality management system.

      Documentation requirement:

      a short description shall be enclosed of the general quality management system that the tenderer will use for the implementation of the Contract (maximum 1 A4 page, a table of contents will not be accepted).

      If the system is certified according to ISO-9001 or other relevant certification systems, it is sufficient to present a copy of the certificate.

      Experience.

      Documentation requirement:

      Tenderers must attach a list of the 2 most important relevant deliveries or services performed in the last 3 years, including information on the value, date, and name of the public or private

      Recipient. If the services were for public contracting authorities, this must be documented by certificates issued or confirmed by the authority concerned. If the services were for private contracting authorities, certificates must be issued or confirmed by these. In the absence of this, a declaration from the tenderer will be accepted.

      Capacity/ability to fulfil the contract.

      Documentation requirement: The Contracting Authority will obtain an assessment of the capacity/implementation ability of tenderers, based on the turnover figures for the last 3 accounting years, as they appear in the company and accounting information system Bisnode AS (www.soliditet.no/creditcontrol), with the service CreditPro.

      The tenderer can enclose other necessary information in the tender if the tenderer believes that Bisnode/CreditPro does not provide a correct picture of the economic situation.

      Newly established companies: newly established companies that have not built up the basis for an assessment must attach a declaration from a bank or similar financing institution on the company's financial and economic position.

      This also applies to foreign tenderers.

      Minimum level(s) of standards possibly required:

      Quality management system:

      Requirement: tenderers are required to provide the necessary engineering design tools and other necessary tools (calculations, room and function planning, etc.), for the services that are to be provided.

      Experience

      Requirement: the tenderer, or employees of the tenderer are required to have experience from equivalent assignments. Equivalent assignments mean experience from:

      — project management,

      — programming of schools,

      — interaction contract,

      — renovation/development of schools.

      Capacity/ability to fulfil the contract.

      Requirement: in order to ensure that tenderers have sufficient capacity/implementation ability to fulfil the contract, the Contracting Authority requires that tenderers have a turnover of minimum 5 000 000 NOK per annum in the previous 3 accounting years.

      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
      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
      Open 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 participate
      Date: 14/11/2018
      Local time: 13:00
      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: 12/02/2019
      IV.2.7)Conditions for opening of tenders
      Date: 14/11/2018
      Local time: 14:00
      Place:

      Ålesund Town Hall.

      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
      KOFA
      Bergen
      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:
      11/10/2018
    © 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 16.10.2018
Zuletzt aktualisiert 16.10.2018
Wettbewerbs-ID 2-317715 Status Kostenpflichtig
Seitenaufrufe 33