Norway-Ålesund: Engineering services
2018/S 199-453377
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
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/
Section II: Object
Procurement — Project Management, Kolvikbakken, 2018
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.
Ålesund kommune (municipality)
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.
— option for project management after the approved preliminary project. Please see the detailed information in the tender documentation.
Section III: Legal, economic, financial and technical information
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.
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.
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.
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.
Section IV: Procedure
Ålesund Town Hall.
Section VI: Complementary information
Bergen
Norway