Services - 218419-2021

30/04/2021    S84

Iceland-Reykjanesbær: Urban planning and landscape architectural services

2021/S 084-218419

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Keflavik Airport Development Company
Postal address: Skógarbraut 946 Ásbrú, 262
Town: Reykjanesbær
NUTS code: IS Ísland
Country: Iceland
E-mail: masterplan@kadeco.is
Internet address(es):
Main address: https://www.kadeco.is/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://utbod.isavia.is/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://utbod.isavia.is/aspx/Home
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Multidisciplinary Design and Economic Development Team for the Keflavik Airport Area Strategic Masterplan

II.1.2)Main CPV code
71400000 Urban planning and landscape architectural services
II.1.3)Type of contract
Services
II.1.4)Short description:

Keflavik Airport Development Company (Kadeco) leads the planning, development and promotion of a 55 km2 area of land surrounding Keflavik International Airport (KEF), Iceland’s primary aviation hub. Kadeco’s key objective is to strengthen the airport area’s international competitiveness and enhance its attractiveness as a place to live, work and visit. To that end, Kadeco seeks the services of an experienced multidisciplinary design and economic development (multidisciplinary team or MT) Team to support on the Keflavik Airport Area Strategic Masterplan, as more fully described in section II.2.4) below.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
70110000 Development services of real estate
71311210 Highways consultancy services
71311220 Highways engineering services
71410000 Urban planning services
71420000 Landscape architectural services
79311400 Economic research services
79311410 Economic impact assessment
79410000 Business and management consultancy services
79411100 Business development consultancy services
79414000 Human resources management consultancy services
79415200 Design consultancy services
71311200 Transport systems consultancy services
II.2.3)Place of performance
NUTS code: IS Ísland
II.2.4)Description of the procurement:

In order to advance this project of national importance, Kadeco is committed to procuring an MT to deliver a strategic masterplan that will guide the sustainable development and planning of the airport area. The strategic masterplan will serve as a framework for the area’s long-term development (until 2050) and as a springboard for launching individual projects in the near term.

Kadeco is following a people-focused development approach called airport urbanism (AU) in order to ensure that the airport and the surrounding communities grow together in a mutually beneficial manner.

The strategic masterplan has a number of specific strategic objectives relating to the economy, proposals for spatial planning and urban design, and the tactical objectives of the project each of which is more fully described in the project and selection stage brief (PSSB) which accompanies this notice and can be obtained from the contact point identified in section I above.

The opportunity for the successful MT is two-fold. First, the MT will work with Kadeco to create a strategic masterplan that offers both a compelling urban design vision and a commercially viable implementation plan. The masterplan will establish the spatial, economic, and aesthetic framework for the future development of the area surrounding KEF. The successful MT will thus have a significant long-term impact on the planning, design, and development of one of Iceland’s most important national assets. At the same time, Kadeco’s intention is not simply to produce a ‘paper project’ and therefore once awarded and at Kadeco's sole discretion, this appointment could provide a means by which to take the strategic masterplan vision forward through one or more near-term development projects, providing ongoing support as needed for the subsequent development of the airport area. As such, we anticipate that the contract to appoint the successful MT could have the flexibility to extend the appointment such that the MT potentially supports Kadeco through delivery of the additional services identified below, as well as through subsequent stages of development.

Accordingly, Kadeco envisages that the successful MT will be able to provide expertise in the following capabilities:

— urban planning, with a focus on airport area masterplanning and/or urban masterplanning in the context of large infrastructure systems (e.g. ports, power plants, highways);

— urban design, with a focus on sustainable design strategies for low-density built environments and design strategies to mitigate noise, wind, visual pollution, and seasonality issues;

— landscape architecture, with a focus on roadway landscaping and landscape strategies to mitigate noise, wind, visual pollution, and seasonality issues;

— transport planning, with a focus on highway design, highway engineering, and sustainable transport strategies for low-density built environments;

— real estate development, with a focus on collaborative development involving multiple public- and private-sector partners;

— economic development, with a focus on economic diversification, investment attraction, public-private partnerships, and/or foreign direct investment; and

— wayfinding and placemaking, with a focus on increasing legibility and navigability at the urban and regional scale.

We also anticipate that the masterplan may require expert input in the following subject areas:

— air and sea cargo;

— emerging aviation technologies;

— emerging supply chain and logistics technologies;

— organisational change and staffing; and

— cooperative governance models involving public-sector partners at the local and national levels.

Further details can be found in the PSSB.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/12/2021
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

Kadeco will invite the top five scoring candidates at the selection questionnaire (SQ) stage (described in further detail in section VI.3) to the negotiation stage of the procurement process. Through the negotiation stage, the number of candidates will be reduced to three. Full details on the process for selecting candidates is set out in the PSSB and SQ which accompany this notice.

II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: no
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.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

The successful bidder may be required to actively participate in the achievement of social, economic and/or environmental objectives. Accordingly, contract performance conditions may relate in particular to social, economic, environmental or other social corporate responsibility considerations. Further details will be set out in the procurement documents.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
Notice number in the OJ S: 2021/S 011-023728
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 01/06/2021
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 18/06/2021
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Interested parties should note that Kadeco is using a dedicated procurement portal to manage this procurement process: https://utbod.isavia.is/aspx/Home. All documentation will be made available through this portal. All communications by interested parties must be submitted through this portal — any communications sent by alternative means may be ignored.

Please note that a ‘request to participate’ for the purposes of this notice (in particular, Section IV.2.2) is by completion and return of a selection questionnaire (SQ) by the stated deadline.

Interested parties should note that Kadeco reserves the right to cancel or vary this procurement process at any point and will not be liable for any costs or expenses incurred by interested parties in participating in this procurement. Kadeco also reserves the right not to award the contract to the lowest priced bidder or indeed award any contract at all as a result of this procurement. Kadeco may also change the basis, procedures and/or timescales set out or referred to in the procurement documents.

In relation to Section II.2.10), variant bids may be accepted by Kadeco. However, this will only apply in circumstances where the form and content of the variant has been approved by Kadeco in advance.

No specific legal form as to the arrangements within joint/consortium/subcontracting bids is required at this stage. However, Kadeco reserves the right to require the successful MT to take a specific legal form and/or assume joint and several liability if bidding on a joint/consortium/subcontracting basis. This will be subject to discussion during the procurement process and will comply with all obligations in this regard under Icelandic Act 120/2016 on Public Procurement.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Public Procurements Complaints Committee (Kærunefnd útboðsmála)
Town: Reykjavik
Country: Iceland
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

In accordance with Iceland Act 120/2016.

VI.5)Date of dispatch of this notice:
27/04/2021