Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activityPort-related activities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
29HAV18 – Renovation of Skur 38 [Shed 38] — Project Management
Reference number: 18/1474
II.1.2)Main CPV code71541000
II.1.3)Type of contractServices
II.1.4)Short description:
Skur 38 at Akershusstranda 19 was built as a warehouse in 1915, and altered to offices for Oslo Havn KF [Oslo Port Authority] in 1987. The shack is approx. 4 000 m2 GFA distributed over 4 floors. The building needs comprehensive renovation and funds have been set aside for the project.
Skur 38 [Shed 38] is currently inefficient. Besides parts of the ground Floor and some individual offices in the top floor, the entire building is used by Oslo Port Authority. After the rehabilitation, it is anticipated that 50 % of the building will be rented out to external parties.
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)71320000
71541000
II.2.3)Place of performanceNUTS code: NO
Main site or place of performance:
II.2.4)Description of the procurement:
Skur 38 [Shed 38] at Akershusstranda 19 was built as a warehouse in 1915, and altered to offices for Oslo Havn KF [Oslo Port Authority] in 1987. The shack is approx. 4 000 m2 GFA distributed over 4 floors. The building needs comprehensive renovation and funds have been set aside for the project.
Skur 38 [Shed38] is currently inefficient. Besides parts of the ground floor and some individual offices in the top floor, the entire building is used by Oslo Port Authority. After the rehabilitation, it is anticipated that 50 % of the building will be rented out to external parties.
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: 02/01/2019
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
Objective criteria for choosing the limited number of candidates:
See the qualification documentation.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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 qualification documentation.
III.1.2)Economic and financial standingList and brief description of selection criteria:
See the qualification documentation.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
See the qualification documentation.
III.1.4)Objective rules and criteria for participationList and brief description of rules and criteria:
See the qualification documentation.
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
See contractual provisions.
III.2.3)Information about staff responsible for the performance of the contractObligation 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 procedureNegotiated procedure with prior call for competition
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: 19/11/2018
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 tenderTender must be valid until: 04/02/2019
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 workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
The waiting period is 10 days.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:13/10/2018