Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityRegional or local agency/office
I.3)Main activityGeneral public services
Other: facilitation and sales of construction ready areas
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework agreement for general planning/zoning, detailed zoning plan and technical planning.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Sandnes.
NUTS code NO NORGE
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
The Contracting Authority is at all times responsible for multiple zoning and technical plans.
In this connection, the Contracting Authority intends to enter into framework agreement for the delivery of consulting services in the following 3 categories:
1. General planning/zoning;
2. Detailed zoning plan;
3. Technical planning.
The Contracting Authority intends to enter into framework agreement with one tenderer per category.
See the tender documentation with annexes for a further description of the procurement.
II.1.6)Common procurement vocabulary (CPV)71240000 Architectural, engineering and planning services, 71210000 Advisory architectural services, 71200000 Architectural and related services, 71300000 Engineering services, 71356400 Technical planning services, 71400000 Urban planning and landscape architectural services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Framework agreement for consulting services for general planning/zoning, detailed zoning plan and technical planning. See the tender documentation with annexes for further details.
The duration of the framework agreement is 2 years. The contracting authority shall, in addition, have an option to extend the contract for a further 1 year + 1 year on verbatim terms. The contracting authority plans that the agreement shall apply from 1.4.2016.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: General planning/zoning1)Short description
— Area zoning plan;
— Major complicated zoning plans with/without KU.
(consequence evaluation)
— Complex land use interests;
— Project orientated planning: manage team/consultants in various disciplines, development and progress;
— Transformation areas;
— Analysis and review at municipal plan level;
— Feasibility studies.
2)Common procurement vocabulary (CPV)71240000 Architectural, engineering and planning services, 71200000 Architectural and related services, 71300000 Engineering services
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Detailed zoning plan1)Short description
— Prepare lesser complicated zoning plans;
— Densification;
— Dispensation cases.
2)Common procurement vocabulary (CPV)71240000 Architectural, engineering and planning services, 71200000 Architectural and related services, 71300000 Engineering services
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Technical planning1)Short description
— Technical plans for planer for municipal facilities, and plans for green spaces and playgrounds;
— On request, carry out procurement processes for preparation of technical facilities in whole or part.
2)Common procurement vocabulary (CPV)71300000 Engineering services, 71240000 Architectural, engineering and planning services, 71400000 Urban planning and landscape architectural services
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Company registration certificate: The tenderer is required to be a legally established company. Documentation: Norwegian companies: Company Registration Certificate from the Brønnøysund Register Centre. Foreign companies: Registration certificate in a professional register as determined by legislation in the country where the tenderer is established. The certificate must be presented before the tender deadline and must not be older than 12 months calculated from the tender deadline.
Certificate for tax and VAT: The tenderer shall not have significant tax and VAT arrears unless there is an approved repayment schedule in place. Documentation: Norwegian companies: Tax and VAT certificate. The certificate can be ordered and obtained from Altinn. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration. Foreign companies: Certificate issued by the competent authority in the tenderer's home country certifying that the tenderer has fulfilled his obligations regarding taxes and fees in accordance with the laws of the country where the tenderer is established. The certificate must be presented before the tender deadline and must not be older than 6 months from the tender deadline.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As documentation, the contracting authority will obtain a credit rating from Experian (the contracting authority subscribes to services from Experian). The tenderer is expected to have familiarised himself with registered information about the company and by submission of the tender accepts that the information will be obtained and form the basis of the assessment of the tenderer's financial situation.
When submitting their tender offer, the tenderer can enclose a credit rating from a certified credit rating company showing that the tenderer fulfils the requirement. The credit assessment shall be based on the last available accounting figures.
If for valid reasons a tenderer is unable to submit the documentation as requested by the contracting authority, the tenderer may prove his economic and financial standing with any other document that the contracting authority is able to accept.
Minimum level(s) of standards possibly required: The tenderer shall have settled financial conditions and financial capacity to carry out the contract, and shall as a minimum achieve a rating of creditworthy.
If a tenderer will use the capacity of other suppliers in order to be qualified, each of the other suppliers must achieve a rating of credit worthy.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Experience:
— As documentation, the tenderer shall enclose a list of the more important, relevant assignments from the last 3 years for each category the tender offer concerns, including information about the assignment (brief description), contract value excluding VAT, date (year) for the assignment and name of the customer. Based on the list(s), the tenderer shall state names and e-mail addresses of contact persons for the 2 most relevant assignments. The references will only be contacted if required.
Capacity:
— A statement shall be enclosed regarding the tenderer's average workforce and the number of employees in the administrative management during the last 3 years.
Quality assurance system:
— As documentation, the tenderer shall enclose certificates for the company's quality assurance system/quality management system issued by independent bodies that confirm that the tenderer meets recognised quality assurance standards such as ISO 9001:2008 or equivalent. The Contracting Authority also accepts other documentation that demonstrates that the tenderer has a well functioning system for ensuring quality customised to the nature and scope of the assignment. As a minimum,the tenderer must present a general description of the contents of the system including an overview of control plans and check-lists that are relevant for this assignment.
Minimum level(s) of standards possibly required:
Experience:
— The tenderer shall have experience from at least 2 relevant assignments for delivery of consulting services in each of the categories covered by the tender, in regard to scope and degree of difficulty.
Capacity:
— The Contracting Authority requires the tenderer to have sufficient capacity to execute the anticipated assignment quantity in the categories covered by the tender.
Quality assurance system:
— The Contracting Authority requires tenderers to have a well-functioning system for ensuring quality customised to the assignment's nature and scope.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
15/00886
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate25.1.2016 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upOther: Norwegian.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The Contracting Authority is Sandnes Tomteselskap KF. Sandnes Eiendomsselskap KF will also utilise the framework agreement to cover their need for consulting services in the 3 categories the agreement concerns. Other entities in Sandnes kommune and companies that Andnes Tomteselskap KF has owner interests in can utilise the framework agreement for assignments that the Contracting Authority deems naturally fall under the categories the framework agreement applies to.
There is no site inspection or information meeting planned in connection with the execution of the contest.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:7.12.2015