Bauleistung - 73244-2023

03/02/2023    S25

Norway-Steinkjer: Construction work

2023/S 025-073244

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Trøndelag fylkeskommune
National registration number: 817920632
Postal address: Seilmakergata 2
Town: STEINKJER
NUTS code: NO Norge
Postal code: 7725
Country: Norway
Contact person: Håkon Farstad
E-mail: e-hakfa@trondelagfylke.no
Internet address(es):
Main address: https://permalink.mercell.com/195246038.aspx
Address of the buyer profile: http://www.trondelagfylke.no/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/195246038.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/195246038.aspx
I.4)Type of the contracting authority
National or federal agency/office
I.5)Main activity
General public services

Section II: Object

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

Premises - Aviation studies, Fosen Sixth Form College, including an option for construction studies hall

Reference number: 202308915
II.1.2)Main CPV code
45000000 Construction work
II.1.3)Type of contract
Works
II.1.4)Short description:

Fosen Sixth Form College will offer aviation studies from autumn 2023. In the first school year (autumn 2023 - spring 2024) the aviation studies will use temporary premises whilst waiting for a permanent solution to be completed. The temporary solution is not part of this project.

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)
45210000 Building construction work
45214000 Construction work for buildings relating to education and research
45214200 Construction work for school buildings
45214500 Construction work for buildings of further education
50000000 Repair and maintenance services
71000000 Architectural, construction, engineering and inspection services
71200000 Architectural and related services
71300000 Engineering services
71400000 Urban planning and landscape architectural services
71500000 Construction-related services
71600000 Technical testing, analysis and consultancy services
II.2.3)Place of performance
NUTS code: NO06 Trøndelag
II.2.4)Description of the procurement:

Fosen Sixth Form College will offer aviation studies from autumn 2023. In the first school year (autumn 2023 - spring 2024) the aviation studies will use temporary premises whilst waiting for a permanent solution to be completed. The temporary solution is not part of this project.

In a physical scope, the project consists of the following (general level):

New building for aviation studies, approx. 1848 m2 including a hangar, workshops, teaching rooms, technical rooms, etc.

Extension approx. 321 m2. A new floor is to be established on the roof of the existing school building. The new premises will include cloakrooms, team room for employees, exam room, electro laboratory, group rooms, etc.

Alterations: In the transition between the existing school and the new building, as well as some minor demolition work.

Moving: The existing operations garage is to be moved from its current position in the upper courtyard to a new position in the lower courtyard.

Development of technical infrastructure. Including both outdoors/in the ground, and as alterations in the existing inside technical installations.

Fosen Sixth Form College will be in operation during the entire construction period. The consequences for the college must be minimised during the construction period. Access systems, foot traffic, goods delivery, and the use of an operations yard must be taken into consideration for the entire period.

In addition to the above-mentioned, an option must also be delivered for the construction department at the college. The total area is approx. 644 m2. See the tender documents with annexes for further details.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Implementation / Weighting: 15
Quality criterion - Name: Environmental requirements / Weighting: 10
Price - Weighting: 75
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 10/04/2023
End: 30/06/2025
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: yes
Description of options:

- Option for a construction studies hall - preliminary project

- Option for a construction studies hall - execution of the turnkey contract

- Option for gate automation

- Option for a service contract for solar panels

- Option for graphical presentation, solar panels

- Option for building, magnet contact windows

- Options for electricity

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: Company registration certificate/documentation showing that the tenderer is registered in a professional register, trade register or other company register as prescribed by the law of the country where the tenderer is established, for example The Brønnøysund Register Centre.

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

Requirement 1: Tenderers must have their tax and VAT payments in order. Documentation 1: Tax and VAT certificate(s) must be submitted with the tender, showing the status for payment of tax and VAT. Tenderers with business addresses in other EEA countries shall submit equivalent certificate(s). The certificates must not be older than 6 months, from the day the certificates are available for the contracting authority. Requirement 2: The turnkey contractor must have sufficiently good finances to fulfil the project. Documentation: Extracts from the tenderer's annual accounts and the auditor's reports for the last 2 years. Tenderers that cannot fulfil the requirement for extracts of annual accounts, may alternatively submit a business plan with the overall plan for the funding, e.g., a bank declaration. Requirement 3: Credit ratings: Requirement: For this contract a company rating from Bisnode (D&B) of A (credit worthy), part judgement for finances of "Satisfactory" and a payment history of "Acceptable" can be sufficient. Documentation: A credit rating from a recognised supplier must be submitted.

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

Requirement: The tenderer's most relevant executed services within the profession. Tenderers must have undertaken at least two projects in the last five years with an equivalent size and complexity as this assignment. Documentation: An overview of relevant work carried out in the last 5 years. (§16-6.1a) Documentation for minimum 2, up to 4 projects, preferably 1 page per project: - Project name, contracting authority with a contact person - Roles/key personnel for the tenderer - description of relevant problems including environmental considerations.

Requirement: Tenderers' professional qualifications: Tenderers must have resources in their own business or have at their disposal resources that have the education and professional experience for execution and self-inspection that the project's/ assignment's/ delivery's main discipline areas require. Documentation: A description of the tenderer's technical personnel or technical units (the project organisation) that the tenderer has at his disposition to fulfil the contract, regardless of whether they belong to the company or not. List of sub-suppliers, minimum those that are documented in points 6.33 and 6.45

Requirement: Quality assurance: Tenderers must have implemented a well-functioning system for quality assurance that is relevant for the delivery. Documentation: If a tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and has certifications that cover the contract, it is sufficient to present a copy of the valid certificate. Or (if no certificate) A description of the tenderer's system for internal checks and quality assurance. The description must refer to relevance for this delivery.

Requirement: Environment management. Tenderers must have implemented a well-functioning system for environment management that is relevant for this delivery. Documentation: If a tenderer is certified in accordance with ISO 14001:2015, EMAS, Eco-Lighthouse or has similar certification issued by authorities in other EEA member states, and the certification covers the delivery, it is sufficient to attach a copy of the valid certificate. Or (if no certificate) A description of the tenderer's system for environmental management. The description must refer to relevance for this delivery.

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

See the tender documentation, chapter B.2 and B.3.

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: 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 invoicing will be accepted
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Trøndelag tingrett
Town: Trondheim
Country: Norway
VI.5)Date of dispatch of this notice:
30/01/2023