이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
Norway-Sandnes: Construction work
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2016.10.11
원본

 

공고명: Norway-Sandnes: Construction work
게시일: 2016/10/09
마감일: 2016/11/15
수행지역: 노르웨이
카테고리: 30 - 건축물및토목건자재


공고내용


TI Title Norway-Sandnes: Construction work
ND Document number 352981-2016
PD Publication date 08/10/2016
OJ OJ S 195
TW Place SANDNES
AU Authority name Sandnes kommune (Sandnes municipality) (964965137)
OL Original language EN
HD Heading - - Works - Contract notice - Open procedure
CY Country NO
AA Type of authority R - Regional or local Agency/Office
HA EU Institution -
DS Document sent 04/10/2016
DT Deadline 15/11/2016
NC Contract 1 - Works
PR Procedure 1 - Open procedure
TD Document 3 - Contract notice
RP Regulation B - European Economic Area (EEA), with participation by GPA countries
TY Type of bid 1 - Submission for all lots
AC Award criteria 1 - Lowest price
PC CPV code 45000000 - Construction work
45100000 - Site preparation work
45200000 - Works for complete or part construction and civil engineering work
45210000 - Building construction work
45214000 - Construction work for buildings relating to education and research
45214200 - Construction work for school buildings
OC Original CPV code 45000000 - Construction work
45100000 - Site preparation work
45200000 - Works for complete or part construction and civil engineering work
45210000 - Building construction work
45214000 - Construction work for buildings relating to education and research
45214200 - Construction work for school buildings
RC NUTS code NO043
IA Internet address (URL) http://www.sekf.no/
DI Directive Classical Directive (2004/18/EC)

 

 

--------------------------------------------------------------------------------

 

 

 

 

08/10/2016 S195 - - Works - Contract notice - Open procedure
I.
II.
III.
IV.
VI.


Norway-Sandnes: Construction work

2016/S 195-352981

 

Contract notice


Works
Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Sandnes kommune (Sandnes municipality)
964965137
Rådhuset
For the attention of: Knut Haavardsholm
4319 Sandnes
Norway
Telephone: +47 51335000
E-mail: knut.haavardsholm@sandnes.kommune.no

Internet address(es):

General address of the contracting authority: http://www.sekf.no/

Address of the buyer profile: https://kgv.doffin.no/ctm/Supplier/CompanyInformation/Index/3666

Electronic access to information: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/148281

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local agency/office


I.3)Main activity
General public services


I.4)Contract award on behalf of other contracting authorities
The 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:
Skeiene primary and lower secondary school — lot E02 Concrete and Steel Works.


II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: Sandnes.

NUTS code NO043

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract


II.1.4)Information on framework agreement

II.1.5)Short description of the contract or purchase(s)
In the town council's processing of the 2016-2019 financial plan, it was decided to set aside NOK 234 million for the rehabilitation and expansion of Skeiene primary and lower secondary school. The current main building shall be rehabilitated at the same time the school shall be expanded from a U15 school to U21 school.
 The new school should be completed by the start of school 2018.
 The project shall be executed in a Contractor controlled performance contracts that are organised as shared contracts.


II.1.6)Common procurement vocabulary (CPV)

45000000, 45100000, 45200000, 45210000, 45214000, 45214200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes


II.1.8)Lots
This contract is divided into lots: no


II.1.9)Information about variants
Variants will be accepted: no


II.2)Quantity or scope of the contract

II.2.1)Total quantity or scope:
The contract work is described in more detail in the attached document ‘Contract E02 Concrete and Steel Works’.
Contract E02 Concrete and Steel Works includes:
— Cast on site concrete structures.
— Delivery and assembly of concrete elements.
— Steel structures.
— Light roof elements.
— Repair of the existing structures.
 The project is divided into the following contracts:
— R01 Container barracks.
— R02 Demolition works.
— E01 Ground and outdoor works.
— E02 Concrete and steel works.
— E03 Timber, locks and fittings and roofing works.
— E04 Painting, flooring and tiling works.
— E05 Glazier and aluminium works.
— E06 Plumbing installations.
— E07 Air treatment systems.
— E08 Electricity, telecommunications and Central Processing System.
— E09 Lift.
 One contract will be awarded for each of the contracts, based on the individual tender documentations that are published in Doffin.
 Estimated value excluding VAT:
Range: between 19 000 000 and 22 000 000 NOK


II.2.2)Information about options
Options: no


II.2.3)Information about renewals
This contract is subject to renewal: no


II.3)Duration of the contract or time limit for completion
Starting 1.12.2016. Completion 23.7.2018

 

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract

III.1.1)Deposits and guarantees required:

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

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 conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: Information and documentation necessary to evaluate if the requirements are met:
Requirement:
Tenderers are required to have 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.
Requirement:
Tenderers must not have significant tax and VAT arrears or an approved repayment plant shall be in existence.
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.


III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and documentation necessary to evaluate if the requirements are met:
Documentation:
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 the 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 a tender, the tenderer can enclose a credit assessment from a certified credit rating company showing that the tenderer fulfils the requirement in column A. 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 the financial capacity to fulfil the contract. Tenderers must at a minimum achieve a rating of credit worthy and have a minimum of NOK 50 million in turnover during the last available fiscal year.


III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
 Information about the education and professional qualifications of the people who are responsible for the execution of the contract, i.e. Project Manager/Construction Manager.
 1. Education
 2. Work Experience
 3. Project experience, hereunder:
— The assignment (brief description).
— Contract value excluding VAT.
— Size/number m²
 — Point in time (year) of the assignment.
— Contracting Authority.
— Role in the project.
 Experience:
 Documentation: The tenderer shall submit a list of the most important, relevant assignments from the last five years, including specific information about:
— The role of contractor.
— The assignment (brief description).
— Contract value excluding VAT.
— Size/number m²
 — Point in time (year) of the assignment.
— Contracting Authority.
 Based on the list, the tenderer shall state names and e-mail addresses of contact persons for the three most relevant assignments. The references will only be contacted if required.
 Quality assurance system:
 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 approved quality assurance standards such as ISO 9001:2008 or the 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:
 Competence requirements:
 Tenderer should have good competence with the execution of relevant performance contracts.
 Requirements for experience:
 The tenderer should have experience as the executing contractor from at least three relevant assignments during the last five years concerning construction/installations of comparable size and complexity.
 Quality System requirements:
 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 profession
Execution of the service is reserved to a particular profession: no


III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

 

Section IV: Procedure

IV.1)Type of procedure

IV.1.1)Type of procedure
Open


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 criteria
Lowest price


IV.2.2)Information about electronic auction
An electronic auction will be used: no


IV.3)Administrative information

IV.3.1)File reference number attributed by the contracting authority:
30021


IV.3.2)Previous publication(s) concerning the same contract
no


IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no


IV.3.4)Time limit for receipt of tenders or requests to participate
15.11.2016 - 11:00


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 up
Other: Norwegian.


IV.3.7)Minimum time frame during which the tenderer must maintain the tender
until: 1.2.2017


IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

 

Section VI: Complementary information

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


VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no


VI.3)Additional information

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:
4.10.2016


원본 URL: http://ted.europa.eu/udl?uri=TED%3ANOTICE%3A352981-2016%3ATEXT%3AEN%3AHTML&src=0