Dienstleistungen - 72889-2023

03/02/2023    S25

Norway-Brumunddal: Architectural, construction, engineering and inspection services

2023/S 025-072889

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Ringsaker kommune
National registration number: 864950582
Postal address: Postboks 13
Town: BRUMUNDDAL
NUTS code: NO Norge
Postal code: 2381
Country: Norway
Contact person: Ann Marit Holumsnes
E-mail: anho@ringsaker.kommune.no
Telephone: +47 94010484
Internet address(es):
Main address: https://permalink.mercell.com/192826892.aspx
Address of the buyer profile: http://www.ringsaker.kommune.no/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/192826892.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/192826892.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:

Consultancy services.

Reference number: 2023/2904
II.1.2)Main CPV code
71000000 Architectural, construction, engineering and inspection services
II.1.3)Type of contract
Services
II.1.4)Short description:

The framework agreement, henceforth referred to as the contract, will cover the contracting authority's needs for consultancy services.

The aim of the procurement is to ensure that the contracting authority has access to consultants with the correct competence, at the correct price, when required.

II.1.5)Estimated total value
Value excluding VAT: 40 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
45111250 Ground investigation work
71200000 Architectural and related services
71300000 Engineering services
71400000 Urban planning and landscape architectural services
II.2.3)Place of performance
NUTS code: NO020 Innlandet
Main site or place of performance:

Ringsaker Municipality

II.2.4)Description of the procurement:

The tenderer must have personnel with the following competence:

1) Civil architect (ARK)

2) Interior architect (IARK)

3) Landscape architect (LARK)

4) Land-use planning (land management and development with focus on land use and resource management and conservation considerations)

5) Consulting engineer roads

6) Consulting engineer for water and sewage

7) Consulting engineer for water and sewage processes

8) Consulting engineer for water and sewage mechanical

9) Hydro geologist

10) Hydrologist

11) Consulting engineer for building and construction (RIB)

12) Consulting engineer for fire-proofing (RIBr)

13) Consulting engineer geo engineering

14) Personnel for execution of geo engineering examinations

15) Consulting engineer electrical installations (RIE)

16) Consulting engineer, heating, ventilation and sanitation engineering (RIV)

17) Energy consultant (RE)

18) Consulting engineer Building automation system (RITB) 

19) Consulting Engineer the environment (RIM)

20) Safety, health and work environment coordinator (KU and KP)

21) Surveying services

22) Consulting engineer for sound and acoustics (RIA)

23) Traffic planner (technical and traffic assessments/planning)

The tenderer must also have access to rig/equipment to carry out ground surveys.

In the contract period the contracting authority expects to need consultancy services for projects of different sizes and complexity, including new buildings, extensions/additions, alterations, renovations, recreation areas, water and sewage, roads and pipelines, etc. In addition the contracting authority will require services for planning processes and reviews of varying sizes and complexity.

The contracting authority's need for consultancy services can be within:

- The planning phase

- The ordering phase (where a mandate is given)

- The review phase

- The engineering design phase (draft project, preliminary project, and detailed project)

- The competition phase

- The contracting phase (from tender to contract)

- The construction phase

- The hand over phase

- The evaluation phase

- The claims phase

The assignments can be minor assignments for a few hours, or assignments that last for a longer period. The contracting authority reserves the right to vary the commitment as needed and manage this in the orders for each assignment, hereafter called call-off.

The main users of the contract are Technical Operations, Buildings and Property, and the Planning Section.

All units/departments/sections at the contracting authority can use the contract.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Offered competence and relevant experience. / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 40 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

The contracting authority has the right to extend the contract twice for up to one year at a time. The contracting authority has a unilateral right to extend the contract.

The option is automatically activated unless the Contracting Authority within 3 (three) months before the end of the Agreement period give a written notice that the option shall not be activated or shall be valid for a shorter period than one year.

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:

1. Tenderers must be a legally established company. Documentation: Tenderers registered in the Norwegian Register of Business Enterprises do not need to enclose documentation. The contracting authority uses eBevis. For tenderers that are not registered in the above-mentioned register, the tenderer must provide certificates or confirmation of registration (equivalent to a company registration certificate) in a trade register or company register as described in the legislation in the country where the tenderer is established. The certificate must not be issued more than 6 months prior to the tender deadline.

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

2. Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. The required economic capacity is considered in relation to the contract value, services, risks and duration. Credit worthiness without a requirement for security will be sufficient to fulfil the requirement. Documentation Requirement: The contracting authority will check the tenderer's economic situation from DIFI's eBevis and undertake an individual credit evaluation via Bisnode. A credit rating equivalent to score A (worthy of credit) or a higher score in accordance with the standard. Recently established companies will be assessed separately.

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

3. Tenderers must have good and relevant experience from consultancy services within the contract's disciplines. The experience must be from assignments of an equivalent complexity as the services requested in this contract. Documentation requirement: Relevant experience is to be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last five (5) years. The references are to be entered directly in the Mercell system. Only the first five projects will be assessed if more than five reference projects are listed. Tenderers can document experience by referring to the competence of personnel at disposal for this assignment, including experience that has been acquired while personnel performed services for another supplier.

4. Tenderers must have good methods for quality assurance within relevant fields (the tenderer's quality assurance measures). Documentation requirement: An account of the quality assurance system/quality assurance measures. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certification, it is sufficient to enclose a copy of the valid certificate ISO 9001 or equivalent quality assurance certificate.

5. Tenderers must have a good environment management system. Documentation requirement: An account of environmental management measures for the tenderer's environmental management system or environmental standards. If a tenderer has a certificate issued by independent bodies, e.g. ISO 14001, the Eco-Lighthouse certification scheme or EMAS, it is sufficient to present a copy of the valid attestation/certificate.

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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 07/03/2023
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 tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 07/03/2023
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Østre Innlandet tingrett
Postal address: Postboks 4450
Town: Hamar
Postal code: 2326
Country: Norway
E-mail: ostre.innlandet.tingrett@domstol.no
Internet address: https://www.domstol.no/no/domstoler/tingrett/ostre-innlandet-tingrett/
VI.5)Date of dispatch of this notice:
31/01/2023