Framework agreement for project and construction management (PL and BL), Helse Fonna HF

The contracting authority shall enter into a framework agreement for the following disciplines: Project and construction management (PL and BL) Limitations on other types of assignments and contracts (assignments not included in this framework agreement): The sha-coordination aimed at the framework agreement is to ensure that the Contracting Authority has …

CPV: 71500000 Servicios relacionados con la construcción, 71540000 Servicios de gestión de obras, 71541000 Servicios de gestión de proyectos de construcción
Plazo:
18 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for project and construction management (PL and BL), Helse Fonna HF
Organismo adjudicador:
SYKEHUSINNKJØP HF
Número de premio:
2024/1152

1. Buyer

1.1 Buyer

Official name : SYKEHUSINNKJØP HF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Framework agreement for project and construction management (PL and BL), Helse Fonna HF
Description : The contracting authority shall enter into a framework agreement for the following disciplines: Project and construction management (PL and BL) Limitations on other types of assignments and contracts (assignments not included in this framework agreement): The sha-coordination aimed at the framework agreement is to ensure that the Contracting Authority has access to assistance from good PL and BL with relevant competence to cover the Contracting Authority ́s ongoing needs for services within PL and BL. As a starting point, the framework agreements shall be used for all types of projects that are relevant for the service areas covered by the framework agreements. The framework agreement shall cover small, medium sized and larger maintenance projects in all project phases and it can also be used for alterations and new buildings in all project phases.
Procedure identifier : d192ab2c-44a2-4d2c-889a-0260aab68a51
Internal identifier : 2024/1152
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority shall enter into a framework agreement for the following disciplines: Project and construction management (PL and BL) Limitations on other types of assignments and contracts (assignments not included in this framework agreement): The sha-coordination aimed at the framework agreement is to ensure that the Contracting Authority has access to assistance from good PL and BL with relevant competence to cover the Contracting Authority ́s ongoing needs for services within PL and BL. As a starting point, the framework agreements shall be used for all types of projects that are relevant for the service areas covered by the framework agreements. The framework agreement shall cover small, medium sized and larger maintenance projects in all project phases and it can also be used for alterations and new buildings in all project phases.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71541000 Construction project management services

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

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.
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)
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).
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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?
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 : Framework agreement for project and construction management (PL and BL), Helse Fonna HF
Description : The contracting authority shall enter into a framework agreement for the following disciplines: Project and construction management (PL and BL) Limitations on other types of assignments and contracts (assignments not included in this framework agreement): The sha-coordination aimed at the framework agreement is to ensure that the Contracting Authority has access to assistance from good PL and BL with relevant competence to cover the Contracting Authority ́s ongoing needs for services within PL and BL. As a starting point, the framework agreements shall be used for all types of projects that are relevant for the service areas covered by the framework agreements. The framework agreement shall cover small, medium sized and larger maintenance projects in all project phases and it can also be used for alterations and new buildings in all project phases.
Internal identifier : 2024/1152

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71541000 Construction project management services

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/10/2024
Duration end date : 01/11/2028

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Tax and VAT
Description : Demand: Tenderers shall have their tax and VAT payments in order. Documentation requirement: • Tax and VAT certificate, not older than six months. The certificate can be ordered and downloaded from Altinn. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration. • Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : Demand: Tenderers must have sufficient financial capacity to fulfil the framework agreement. Documentation requirement: • The contracting authority will obtain a credit rating based on the last known accounting figures. The contracting authority reserves the right to obtain other documentation from the tenderer if this is necessary to assess the requirement. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
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 : Not used
Criterion :
Type : Other
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 : Not used
Criterion :
Type : Other
Name : Quality assurance
Description : Demand: Tenderers shall have a well-functioning quality management system that is relevant for the content of the framework agreement. Documentation requirement: • Tenderers shall present a description of their quality management system, including the tenderer's quality assurance measures. The documentation can describe the following points: a) the organisation's quality policy and quality objectives b) the work processes and work procedures that are relevant for the contract content c) method that safeguards systematic measurement of customer satisfaction and continual improvement of performance. Documentation can be requested. • Alternatively: The tenderer can submit a certificate for the company's quality management system issued by independent bodies that confirms the tenderer fulfils certain quality management standards, for example ISO 9001 or equivalent. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental management
Description : Demand: Tenderers shall have satisfactory environmental management suited to the content of the contract. Documentation requirement: • Tenderers shall provide a description of the tenderer's environmental management measures. The description shall include procedures and check-lists for the services offered in the contract, which show satisfactory environmental management of the deliveries/services. Alternative 1: If the tenderer is certified eco-lighthouse certified, it is sufficient if this certificate is presented. Alternative 2: If a tenderer has ISO14001 certification (or equivalent), it is sufficient to present the certificate. Minimum qualification requirements
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 : Not 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 : Not 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 : Not 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 : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration
Description : Demand: The tenderer shall be a legally established company. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Proof that the company is registered in a professional register in the state where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not 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 : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Capacity
Description : Demand: The tenderer shall have good capacity for the execution of the framework agreement. Documentation requirement: • An account of available workforce (administrative management and other employees), which the tenderer can use for implementation of the framework agreement. The requirement can be documented by: o competence matrix and o organisation chart. • If a tenderer uses sub-suppliers or collaboration partners, an overview of the distribution shall be provided. CVs for individuals must not be submitted. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience
Description : Demand: Tenderers shall have good experience from similar assignments for both PL and BL. The assessment will, among other things, but not exhaustively, emphasise experience from both PL and BL: • the relevant discipline a tender has been submitted for. • Hospitals in operation, complex health buildings in operation, or relevant assignments of similar complexity. • Upgrading, or renovation of the existing buildings. Documentation requirement: • An overview of the most important and relevant assignments from the last 3 years within the disciplines for which tenders have been submitted. • A maximum of three reference projects shall be submitted. • Documentation is to be given by filling in "04 Annex 4 Response Form Experience". The overview should state: o A brief description of the project o Type of assignment (e.g. upgrading, renovation of existing buildings) o The tenderer ́s degree of involvement (stated in the number of hours) o Date and place of execution/execution. o Contact person (reference) at the recipient of the assignment/delivery with email address and telephone number. o Services to public contracting authorities shall be documented by certificates issued or confirmed by the authority concerned. If the services were for private contracting authorities, certificates should be issued or confirmed by these. In the absence of this, a declaration from the tenderer will be accepted. The contracting authority reserves the right to contact the stated references. CVs for individuals shall not be submitted here. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/237580251.aspx

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
Deadline for receipt of tenders : 18/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 18/10/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Indre og Østre Finnmark tingrett
Registration number : 974759357
Town : Vadsø
Country : Norway
Telephone : 78011700
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 305f7b8d-4168-455e-aeaa-3b568b29ca12 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/09/2024 10:51 +00:00
Notice dispatch date (eSender) : 16/09/2024 10:51 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00558424-2024
OJ S issue number : 181/2024
Publication date : 17/09/2024