Turnkey contract Baskethall Moseidmoen

The procurement is for a turnkey contract for a new basketball hall/multi-purpose hall in Vennesla municipality. The aim of the procurement is to enter into a contract for a turnkey contract for the construction of a new basketball hall, new changing rooms, areas for SFO, as well as a new …

CPV: 45210000 Trabajos de construcción de inmuebles, 45211350 Trabajos de construcción de inmuebles multifuncionales, 45212220 Trabajos de construcción de instalaciones polideportivas
Plazo:
26 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Turnkey contract Baskethall Moseidmoen
Organismo adjudicador:
Vennesla kommune
Número de premio:
N/A

1. Buyer

1.1 Buyer

Official name : Vennesla kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Turnkey contract Baskethall Moseidmoen
Description : The procurement is for a turnkey contract for a new basketball hall/multi-purpose hall in Vennesla municipality. The aim of the procurement is to enter into a contract for a turnkey contract for the construction of a new basketball hall, new changing rooms, areas for SFO, as well as a new shooting range for Vennesla shooting range and Vennesla pistol club. The planned start-up is when the contract is signed (October 2024). The hand over/completion shall be within 18 months of signing of the contract. The contracting authority ́s description of the delivery is in Part II Book 0 with sub-annexes.
Procedure identifier : 3283b838-8489-4345-acd9-75a3961eb596
Internal identifier : N/A
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the current law from 17 June 2016 no. 73 on public procurements (the Procurement Act) and the regulations 12 August 2016 no. 974 on public procurements (Procurement Regulations/FOA) part I and part III. The procurement will be carried out as an open tender contest, cf. the Public Procurement Regulations § 13-1 (1). This procedure gives all interested tenderers the possibility to submit tender offers. Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45211350 Multi-functional buildings construction work
Additional classification ( cpv ): 45212220 Multi-purpose sports facilities construction work

2.1.2 Place of performance

Postal address : Askedalsveien 1
Town : Vennesla
Postcode : 4706
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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 : Turnkey contract Baskethall Moseidmoen
Description : The procurement is for a turnkey contract for a new basketball hall/multi-purpose hall in Vennesla municipality. The aim of the procurement is to enter into a contract for a turnkey contract for the construction of a new basketball hall, new changing rooms, areas for SFO, as well as a new shooting range for Vennesla shooting range and Vennesla pistol club. The planned start-up is when the contract is signed (October 2024). The hand over/completion shall be within 18 months of signing of the contract. The contracting authority ́s description of the delivery is in Part II Book 0 with sub-annexes.
Internal identifier : N/A

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45211350 Multi-functional buildings construction work
Additional classification ( cpv ): 45212220 Multi-purpose sports facilities construction work

5.1.2 Place of performance

Postal address : Askedalsveien 1
Town : Vennesla
Postcode : 4706
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 18 Month

5.1.5 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone

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 : 9.5 Economic and financial position requirements
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contract, and shall also fulfil the following requirements: • Minimum annual turnover equivalent to twice the estimated value of this contract.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Organisational and legal position
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Obligatory requirement/tax certificate
Description : Tenderers shall have their tax, payroll tax and VAT payments in order.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements for delivery capacity and implementation ability.
Description : Tenderers shall have sufficient capacity and implementation ability to fulfil the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience requirements
Description : Tenderers shall have good experience with the execution of relevant assignments/deliveries.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance
Description : Tenderers shall have satisfactory procedures for quality assurance.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management system
Description : Tenderers shall have an established environmental management system.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price/Total Costs
Description : Under this criteria: - Total tender price/SUM for the turnkey contract. - Math works - All mark-ups. - Option prices
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description : The following sub-criterium will be assessed under this criteria: - Plan for implementation of the project - Description of how the tenderer will solve and execute the project, including handling HSE, with a view to the facility being carried out on a nursery site and school road. - Suggestions for improvements - Descriptions will be given that give an added value for the contracting authority in addition to the requirements in the ARK description.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Environment and climate
Description : - The project ́s fulfilment of the emission limit (cf. annex 1a, chapter 7 RIM - MOP 2.1 or better). - The project ́s degree of sorting in the construction phase, supplementary fulfilment (cf. annex 1a, chapter 7 RIM - MOP 4.2 or better).
Weight (percentage, exact) : 30
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 : 18/09/2024 10:00 +00:00

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 26/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 26/09/2024 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 : no
Electronic payment will be used : yes

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 : Agder Tingrett
Organisation providing more information on the review procedures : OFA IKS
Organisation receiving requests to participate : Vennesla kommune
Organisation processing tenders : Vennesla kommune

8. Organisations

8.1 ORG-0001

Official name : OFA IKS
Registration number : 936846777
Postal address : Postboks 25
Town : Vennesla
Postcode : 4701
Country : Norway
Contact point : Jon Fredrik Skjerve
Telephone : +47 40234145
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Vennesla kommune
Registration number : 936846777
Town : Vennesla
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Odin Prosjekt
Telephone : 40234145
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0003

Official name : Agder Tingrett
Registration number : 926723480
Town : KRISTIANSAND S
Country : Norway
Telephone : 38 17 63 00
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 8a89f888-ec76-424c-9f12-93f886af1472-01
Main reason for change : Information updated
Description : Amendment to the tender deadline and the deadline for questions.

10.1 Change

Section identifier : PROCEDURE
Description of changes : The deadline for questions is postponed to 18.09.2024, 12:00. The deadline for receipt of tenders is postponed to 26.09.2024 (12:00)

10.1 Change

Section identifier : LOT-0000
Description of changes : The deadline for questions is postponed to 18.09.2024, 12:00. The deadline for receipt of tenders is postponed to 26.09.2024 (12:00)

11. Notice information

11.1 Notice information

Notice identifier/version : 0b6b4b75-fef3-4414-bd64-f03542474c83 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/09/2024 10:33 +00:00
Notice dispatch date (eSender) : 17/09/2024 10:46 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00561830-2024
OJ S issue number : 182/2024
Publication date : 18/09/2024