Works - 357202-2022

Submission deadline has been amended by:  446337-2022
01/07/2022    S125

Norway-Halden: Daycare centre construction work

2022/S 125-357202

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Halden Kommune
National registration number: 959159092
Postal address: Storgata 8
Town: HALDEN
NUTS code: NO Norge
Postal code: 1751
Country: Norway
Contact person: Svein Andersen
E-mail: svein.andersen@halden.kommune.no
Telephone: +47 69174500
Fax: +47 69180058
Internet address(es):
Main address: https://permalink.mercell.com/181140143.aspx
Address of the buyer profile: http://www.halden.kommune.no/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/181140143.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/181140143.aspx
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:

Partnering contract for Båstadlund work and activity centre

Reference number: 2022/6128
II.1.2)Main CPV code
45215221 Daycare centre construction work
II.1.3)Type of contract
Works
II.1.4)Short description:

The contracting authority invites tenderers to a contest for the award of a partnering contract for the construction of Båstadlund work and activity centre in Halden Municipality.

The Båstadlund departments have had an internal brainstorming on what the slogan will be in this project, and it will be 'master together'.

II.1.5)Estimated total value
Value excluding VAT: 90 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
45000000 Construction work
45215200 Construction work for social services buildings
71240000 Architectural, engineering and planning services
II.2.3)Place of performance
NUTS code: NO082 Viken
Main site or place of performance:

Halden.

II.2.4)Description of the procurement:

The Båstadlund work and activity centre is a unit in Halden Municipality that consists of a total of five different departments that offer facilitated work for persons with both function and development disabilities. Their aim is to offer users a good facilitated offer based on their premises, with a high variation of different activities. The project comprises the co-location of two user departments and an administration part.

The Båstadlund site is located centrally in Halden, approx. 2.5 km to the north west from the centre of Halden, address Båstadlundveien 38, 1781.

The partnering contractor will be responsible for the detailed engineering designs and the execution of the complete work, in accordance with the tender documentation. The partnering contractor will be responsible for compliance with the current laws, rules and regulations for all work in the contract. The partnering contractor will also be responsible for ensuring that all those under their contract comply with these requirements, both during the engineering design services and the execution.

Halden Municipality has a large focus on climate and environmentally friendly solutions that are sustainable. The partnering contract will also include portable fixtures as part of the delivery. The main guideline is that the degree of second hand/reused products must be high. The partnering contractor, together with the builder, must find good solutions that contribute to achieving this. The builder will have its own resources that will give input on the scope and type of portable fixtures.

Joint contractors from the municipality in this project are Lyreco, Atea, Guard, and Bravida.

See the function description, drawings and other annexes included in this tender documentation.

Transfer of engineering designers:

Architect (HRP c/o Olivera Beus) from the preliminary project phase will be transferred to the partnering contractor.

In addition, the fire protection consultant (RiBr) from HRP from the preliminary project phase will be transferred to the partnering contractor.

The partnering contractor will be free to choose the other disciplines.

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: 90 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 10/10/2022
End: 30/11/2023
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: 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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Requirement:

Tenderers must be a legally established company

Documentation requirement:

Norwegian companies: Company registration certificate

Foreign tenderers: Verification that the tenderer is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Requirement:

Tenderers must have the financial capacity to carry out the assignment/contract.

Documentation requirement:

Presentation of the company's annual accounts or extracts thereof for the last two (2) years, including the board's annual report and the auditor's statement.

Credit appraisal/rating, not older than 6 months, which is based on the last known fiscal figures. The rating must be carried out by a publicly certified credit rating institution, which confirms that the tenderer is credit worthy.

In addition to the above mentioned documentation, the contracting authority can obtain its own credit rating and emphasis this.

Tenderers must have a valid bank guarantee throughout the entire contract period.

Minimum level(s) of standards possibly required:

Requirement:

Obligatory

Documentation requirement:

Certificate for Tax and VAT (RF-1316), which is not older than six (6) months when calculated from the tender deadline. The certificate can be ordered from Altinn.

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

Requirement:

Tenderers must have the required competence and experience from equivalent projects.

Documentation Requirement

Tenderers must have certification in the necessary development class/certificates. The same applies to the tenderer's sub-contractors.

The company's three most important deliveries with an equivalent complexity and size in the last 3 years. With the value, date, and recipient with a name (reference person) and telephone number that the contracting authority can contact. It is the tenderer's responsibility to assess the relevance of the provided deliveries (maximum 1 A4 page description per reference project/delivery).

Requirement:

Tenderers must have a good and well functioning quality assurance system.

Documentation requirement:

The tenderer's valid certificate for quality management, e.g. ISO 9001 or equivalent.

Alternatively: The tenderer's internal documentation on

- the quality of their services,

- deviation management, and

- continual improvements (quality handbook).

(Maximum 4 pages)

Requirement:

Tenderers must have a good and well-functioning environmental management system.

Documentation requirement:

The tenderer's valid certificate from ISO 14001, EMAS, Eco-Lighthouse, or equivalent.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See the tender documentation

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.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 26/08/2022
Local time: 15:00
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 26/08/2022
Local time: 15:00

Section VI: Complementary information

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

2.3.2 Site Inspection

A site inspection/tender conference will be held on 11.08.2020 at 12.00.

Meet at the car park by Båstadlund day centre. Address: Båstadlundveien 38, 1781 Halden.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Halden tingrett
Town: Halden
Country: Norway
VI.5)Date of dispatch of this notice:
28/06/2022