Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
PPP Project — Rauma Municipality, New fire Station at Åndalsnes
II.1.2)Main CPV code45000000 Construction work
II.1.3)Type of contractWorks
II.1.4)Short description:
Rauma Municipality intends to enter into a Public-Private Partnership (PPP) contract for a new fire station at Åndalsnes.
II.1.5)Estimated total valueValue excluding VAT: 80 000 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)70220000 Non-residential property renting or leasing services
71000000 Architectural, construction, engineering and inspection services
II.2.3)Place of performanceNUTS code: NO053 Møre og Romsdal
II.2.4)Description of the procurement:
The project for a new fire station at Åndalsnes is carried out as a PPP project based on an operational lease agreement, in accordance with prepared sketches/preliminary projects.
A key part of the tenderer's PPP assignment is to identify, procure and offer a suitable site for the fire station as part of the total plan. A limited area has been selected for where it can be relevant to construct a new fire station at Åndalsnes. The specified area is chosen based on the response time of the fire-fighting service, with vicinity to municipal institutions, important access roads and easy access. The landscape in the area is relatively plain.
Rauma Municipality requests a price for a leasing period of 20 years, 25 years and 30 years, respectively, with an option for extending the leasing period for up to 10 years.
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 valueValue excluding VAT: 80 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 240
This contract is subject to renewal: yes
Description of renewals:
In accordance with tender documentation.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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:
Stated in the tender documents.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Stated in the tender documents.
Minimum level(s) of standards possibly required:
Stated in the tender documents.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Stated in the tender documents.
Minimum level(s) of standards possibly required:
Stated in the tender documents.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Stated in the tender documents.
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 procedureOpen 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 participateDate: 15/01/2021
Local time: 14:00
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 15/01/2021
Local time: 14:30
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Romsdal tingrett
Postal address: Postboks 2516
Town: Molde
Postal code: 6404
Country: Norway
VI.4.2)Body responsible for mediation proceduresOfficial name: Romsdal tingrett
Postal address: Postboks 2516
Town: Molde
Postal code: 6404
Country: Norway
VI.5)Date of dispatch of this notice:19/11/2020