Avinor AS - K-192115 - Modernisation of flyporten - Partnering contract

The agreement applies to Avinor AS. The objective of the procurement is to enter into a contract with one turnkey contractor who shall modernise Flyportens 4, 5th and 6th floors. Flyporten is located next to Oslo Airport. The contract shall be carried out as a collaboration contract, where phases 1 …

CPV: 45000000 Trabajos de construcción, 45200000 Trabajos generales de construcción de inmuebles y obras de ingeniería civil, 45210000 Trabajos de construcción de inmuebles, 45213331 Trabajos de construcción de edificios de aeropuerto, 45262690 Remozamiento de edificios degradados, 45453100 Trabajos de reacondicionamiento
Lugar de ejecución:
Avinor AS - K-192115 - Modernisation of flyporten - Partnering contract
Organismo adjudicador:
AVINOR AS
Número de premio:
24/04042

1. Buyer

1.1 Buyer

Official name : AVINOR AS
Activity of the contracting entity : Airport-related activities

2. Procedure

2.1 Procedure

Title : Avinor AS - K-192115 - Modernisation of flyporten - Partnering contract
Description : The agreement applies to Avinor AS. The objective of the procurement is to enter into a contract with one turnkey contractor who shall modernise Flyportens 4, 5th and 6th floors. Flyporten is located next to Oslo Airport. The contract shall be carried out as a collaboration contract, where phases 1 and 2 will be regulated by NS 8407 with any adaptations. Flyporten has been used for a long time, and ageing and wear has led to an upgrade need. There is a need to replace major technical installations, especially the ventilation system. This is necessary in order to meet the current standards and needs. There is also a need to facilitate a design in the premises, which are suitable for modern work methods, with an open landscape adapted to cooperation, communication and flexibility. It will be important to facilitate to create a better working environment, with increased well-being and productivity for the employees. The project includes renovation of the 4th, 5th and 6th floors in Flyporten. The floor 4 and 5 make up an area of 1,770 m² and the floor is 6,1620 m². Currently, each floor has room for approx. 70 employees, but after the renovation there shall be room for approx. 100 employees per floor. Phase 1 is planned to start early in Q1 2025, so that construction work (phase 2) can start in Q2 2025. See the annexes to the contract for further details on the procurement.
Procedure identifier : 6e66ee62-24fb-46d0-8e30-62bcb707b0fd
Internal identifier : 24/04042
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45213331 Airport buildings construction work
Additional classification ( cpv ): 45262690 Refurbishment of run-down buildings
Additional classification ( cpv ): 45453100 Refurbishment work

2.1.2 Place of performance

Postal address : Henrik Ibsens v.
Town : Gardermoen
Postcode : 2060
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Avinor AS - K-192115 - Modernisation of flyporten - Partnering contract
Description : The agreement applies to Avinor AS. The objective of the procurement is to enter into a contract with one turnkey contractor who shall modernise Flyportens 4, 5th and 6th floors. Flyporten is located next to Oslo Airport. The contract shall be carried out as a collaboration contract, where phases 1 and 2 will be regulated by NS 8407 with any adaptations. Flyporten has been used for a long time, and ageing and wear has led to an upgrade need. There is a need to replace major technical installations, especially the ventilation system. This is necessary in order to meet the current standards and needs. There is also a need to facilitate a design in the premises, which are suitable for modern work methods, with an open landscape adapted to cooperation, communication and flexibility. It will be important to facilitate to create a better working environment, with increased well-being and productivity for the employees. The project includes renovation of the 4th, 5th and 6th floors in Flyporten. The floor 4 and 5 make up an area of 1,770 m² and the floor is 6,1620 m². Currently, each floor has room for approx. 70 employees, but after the renovation there shall be room for approx. 100 employees per floor. Phase 1 is planned to start early in Q1 2025, so that construction work (phase 2) can start in Q2 2025. See the annexes to the contract for further details on the procurement.
Internal identifier : 24/04042

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45213331 Airport buildings construction work
Additional classification ( cpv ): 45262690 Refurbishment of run-down buildings
Additional classification ( cpv ): 45453100 Refurbishment work

5.1.2 Place of performance

Postal address : Henrik Ibsens v.
Town : Gardermoen
Postcode : 2060
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 15/01/2025
Duration end date : 01/05/2027

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : Tenderers shall have sufficient economic and financial capacity in relation to the object and scope of the contract.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Technical and professional qualifications
Description : The supplier must have experience from assignments of relevante nature, complexity and scope.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Quality assurance standards
Description : The supplier must have quality assurance procedures that are relevant to the delivery.
Use of this criterion : Used
Criterion :
Type : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with certificates
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : When procuring goods: Certificates issued by official bodies for quality control
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hourly rates and markups
Description :
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Understanding of the assignment
Description :
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Competence
Description :
Weight (percentage, exact) : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 03/10/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=30181

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 14/10/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Renovation of floors at the Airport Gate.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the contract ́s annexes.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Organisation providing additional information about the procurement procedure : AVINOR AS
Organisation providing offline access to the procurement documents : AVINOR AS

8. Organisations

8.1 ORG-0001

Official name : AVINOR AS
Registration number : 985198292
Department : Innleide konsulenter - innkjøp
Postal address : Dronning Eufemias gate 6
Town : Oslo
Postcode : 0191
Country : Norway
Contact point : Cassandra Elvingdal
Telephone : +47 815 30 550
Internet address : http://www.avinor.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 0924f99c-cbbe-41e3-9f01-6fe6d0067c02 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/09/2024 16:39 +00:00
Notice dispatch date (eSender) : 11/09/2024 16:39 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00550165-2024
OJ S issue number : 179/2024
Publication date : 13/09/2024