Ausschreibung: Bauarbeiten - NO-Oslo Bauarbeiten Baureifmachung Komplett- oder Teilbauleistungen im Hochbau sowie Tiefbauarbeiten Bauleistungen im Hochbau Bauinstallationsarbeiten Baufertigstellung Dokument Nr...: 205565-2020 (ID: 2020050409163418652) Veröffentlicht: 04.05.2020 * NO-Oslo: Bauarbeiten 2020/S 86/2020 205565 Auftragsbekanntmachung Bauauftrag Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Oslo kommune v/ Boligbygg Oslo KF Nationale Identifikationsnummer: 974 780 747 Postanschrift: Postboks 1192 Sentrum Ort: Oslo NUTS-Code: NO011 Postleitzahl: 0107 Land: Norwegen Kontaktstelle(n): Thomas Øiestad E-Mail: [6]thomas.oiestad@bby.oslo.kommune.no Telefon: +47 47632618 Internet-Adresse(n): Hauptadresse: [7]https://www.oslo.kommune.no/etater-foretak-og-ombud/boligbygg-oslo-k f/#gref Adresse des Beschafferprofils: [8]https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/309482 I.2)Informationen zur gemeinsamen Beschaffung I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=269138&B=OSLO Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=269138&B=OSLO Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten Kontaktstellen I.4)Art des öffentlichen Auftraggebers Agentur/Amt auf regionaler oder lokaler Ebene I.5)Haupttätigkeit(en) Wohnungswesen und kommunale Einrichtungen Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Solfjellshøgda 34-44 Internal Total Renovation and Upgrading of Outdoor Areas Referenznummer der Bekanntmachung: 20/599 II.1.2)CPV-Code Hauptteil 45000000 II.1.3)Art des Auftrags Bauauftrag II.1.4)Kurze Beschreibung: Solfjellshøgda 34-44 block of flats is situated in Ryen, in the south-east part of Oslo. The property includes 3 block of flats, no 34-36, no 38-40 and no 42-44. The blocks of flats were constructed in 1981 and is situated in the Nordstrand District. These buildings are owned by the municipal undertaking for social housing and the buildings contain a total of 64 rental accommodations, 1 flat for handicapped (two flats into one) and shared accommodations containing 5 sheltered flats and a personnel station. The condition of the flats, common areas and all technical facilities is rated to TG2 - TG3, i.e. between severely worn out and impending functional failure. A total exterior renovation of the buildings was carried out in 2017-2018. For a detailed description of the scope of the project, see the function description, attached documents and drawings. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 150 000 000.00 NOK II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 45100000 45200000 45210000 45300000 45400000 II.2.3)Erfüllungsort NUTS-Code: NO011 II.2.4)Beschreibung der Beschaffung: Solfjellshøgda 34-44 block of flats is situated in Ryen, in the south-east part of Oslo. The property includes 3 block of flats, no 34-36, no 38-40 and no 42-44. The blocks of flats were constructed in 1981 and is situated in the Nordstrand District. These buildings are owned by the municipal undertaking for social housing and the buildings contain a total of 64 rental accommodations, 1 flat for handicapped (two flats into one) and Shared accommodations containing 5 sheltered flats and a personnel station. The condition of the flats, common areas and all technical facilities is rated to TG2 - TG3, i.e. between severely worn out and impending functional failure. A total exterior renovation of the buildings was carried out in 2017-2018. For a detailed description of the scope of the project, see the function description, attached documents and drawings. II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert Wert ohne MwSt.: 150 000 000.00 NOK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 30 Dieser Auftrag kann verlängert werden: nein II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden Geplante Mindestzahl: 3 Höchstzahl: 5 II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: ja Beschreibung der Optionen: See the tender documentation with requirement specifications and price sheets. II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: The tenderer must be a legally established company. Norwegian companies: Company registration certificate, Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: The tenderer shall have the economic capacity to implement the contract. credit appraisal/rating, not older than 1 year, and which is based on the last known fiscal figures, VAT certificate for the three latest terms, which must cover the last 6 months. The contracting authority reserves the right to obtain further credit ratings or other financial information (annual financial statements including notes, the board´s annual reports and the auditor´s reports, as well as recent information of relevance for the company's fiscal figures). III.1.3)Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: Good experience from equivalent assignments/deliveries, i.e. assignments of the same nature, complexity, degree of difficulty and scope. Overview of the tenderer's most important relevant contracts in the last 5 years, including information on the type of project, contract form, the role in the reference project, the project's value, date, recipient (name, telephone number and e-mail address). Annex 01 can be filled in, or the tenderer can submit a separate document where all the requested information is given. The contracting authority reserves the right to contact the references. * The tenderer is required to have a well functioning quality assurance system. Certificate of the company's quality system/management system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO certification. The contracting authority will also accept other documentation which shows that the tenderer has equivalent quality assurance measures. III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.2)Bedingungen für die Ausführung des Auftrags: See the complete tender documentation with annexes. III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Verpflichtung zur Angabe der Namen und beruflichen Qualifikationen der Personen, die für die Ausführung des Auftrags verantwortlich sind Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Verhandlungsverfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs Abwicklung des Verfahrens in aufeinander folgenden Phasen zwecks schrittweiser Verringerung der Zahl der zu erörternden Lösungen bzw. zu verhandelnden Angebote IV.1.5)Angaben zur Verhandlung Der öffentliche Auftraggeber behält sich das Recht vor, den Auftrag auf der Grundlage der ursprünglichen Angebote zu vergeben, ohne Verhandlungen durchzuführen IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 05/06/2020 Ortszeit: 12:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Norwegisch IV.2.6)Bindefrist des Angebots Das Angebot muss gültig bleiben bis: 11/12/2020 IV.2.7)Bedingungen für die Öffnung der Angebote Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen VI.3)Zusätzliche Angaben: VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Oslo Tingrett Ort: Oslo Land: Norwegen VI.4.2)Zuständige Stelle für Schlichtungsverfahren Offizielle Bezeichnung: Klagenemda for offentlige anskaffelser Ort: Bergen Land: Norwegen VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 29/04/2020 References 6. mailto:thomas.oiestad@bby.oslo.kommune.no?subject=TED 7. https://www.oslo.kommune.no/etater-foretak-og-ombud/boligbygg-oslo-kf/#gref 8. https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/309482 9. http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=269138&B=OSLO 10. http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=269138&B=OSLO OT: 04/05/2020 S86 Works - Contract notice - Competitive procedure with negotiation Norway-Oslo: Construction work 2020/S 086-205565 Contract notice Works Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Oslo kommune v/ Boligbygg Oslo KF National registration number: 974 780 747 Postal address: Postboks 1192 Sentrum Town: Oslo NUTS code: NO011 Postal code: 0107 Country: Norway Contact person: Thomas Øiestad E-mail: [6]thomas.oiestad@bby.oslo.kommune.no Telephone: +47 47632618 Internet address(es): Main address: [7]https://www.oslo.kommune.no/etater-foretak-og-ombud/boligbygg-oslo-k f/#gref Address of the buyer profile: [8]https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/309482 I.2)Information about joint procurement I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [9]http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=269138&B=OSLO Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=269138&B=OSLO Tenders or requests to participate must be submitted to the abovementioned address I.4)Type of the contracting authority Regional or local agency/office I.5)Main activity Housing and community amenities Section II: Object II.1)Scope of the procurement II.1.1)Title: Solfjellshøgda 34-44 Internal Total Renovation and Upgrading of Outdoor Areas Reference number: 20/599 II.1.2)Main CPV code 45000000 II.1.3)Type of contract Works II.1.4)Short description: Solfjellshøgda 34-44 block of flats is situated in Ryen, in the south-east part of Oslo. The property includes 3 block of flats, no 34-36, no 38-40 and no 42-44. The blocks of flats were constructed in 1981 and is situated in the Nordstrand District. These buildings are owned by the municipal undertaking for social housing and the buildings contain a total of 64 rental accommodations, 1 flat for handicapped (two flats into one) and shared accommodations containing 5 sheltered flats and a personnel station. The condition of the flats, common areas and all technical facilities is rated to TG2 - TG3, i.e. between severely worn out and impending functional failure. A total exterior renovation of the buildings was carried out in 2017-2018. For a detailed description of the scope of the project, see the function description, attached documents and drawings. II.1.5)Estimated total value Value excluding VAT: 150 000 000.00 NOK II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.1)Title: II.2.2)Additional CPV code(s) 45100000 45200000 45210000 45300000 45400000 II.2.3)Place of performance NUTS code: NO011 II.2.4)Description of the procurement: Solfjellshøgda 34-44 block of flats is situated in Ryen, in the south-east part of Oslo. The property includes 3 block of flats, no 34-36, no 38-40 and no 42-44. The blocks of flats were constructed in 1981 and is situated in the Nordstrand District. These buildings are owned by the municipal undertaking for social housing and the buildings contain a total of 64 rental accommodations, 1 flat for handicapped (two flats into one) and Shared accommodations containing 5 sheltered flats and a personnel station. The condition of the flats, common areas and all technical facilities is rated to TG2 - TG3, i.e. between severely worn out and impending functional failure. A total exterior renovation of the buildings was carried out in 2017-2018. For a detailed description of the scope of the project, see the function description, attached documents and drawings. II.2.5)Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6)Estimated value Value excluding VAT: 150 000 000.00 NOK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 30 This contract is subject to renewal: no II.2.9)Information about the limits on the number of candidates to be invited Envisaged minimum number: 3 Maximum number: 5 II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: yes Description of options: See the tender documentation with requirement specifications and price sheets. II.2.12)Information about electronic catalogues 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: The tenderer must be a legally established company. Norwegian companies: Company registration certificate, Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established. III.1.2)Economic and financial standing List and brief description of selection criteria: The tenderer shall have the economic capacity to implement the contract. credit appraisal/rating, not older than 1 year, and which is based on the last known fiscal figures, VAT certificate for the three latest terms, which must cover the last 6 months. The contracting authority reserves the right to obtain further credit ratings or other financial information (annual financial statements including notes, the board´s annual reports and the auditor´s reports, as well as recent information of relevance for the company's fiscal figures). III.1.3)Technical and professional ability List and brief description of selection criteria: Good experience from equivalent assignments/deliveries, i.e. assignments of the same nature, complexity, degree of difficulty and scope. Overview of the tenderer's most important relevant contracts in the last 5 years, including information on the type of project, contract form, the role in the reference project, the project's value, date, recipient (name, telephone number and e-mail address). Annex 01 can be filled in, or the tenderer can submit a separate document where all the requested information is given. The contracting authority reserves the right to contact the references. * The tenderer is required to have a well functioning quality assurance system. Certificate of the company's quality system/management system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO certification. The contracting authority will also accept other documentation which shows that the tenderer has equivalent quality assurance measures. III.1.5)Information about reserved contracts III.2)Conditions related to the contract III.2.2)Contract performance conditions: See the complete tender documentation with annexes. 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 Competitive procedure with negotiation IV.1.3)Information about a framework agreement or a dynamic purchasing system IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated IV.1.5)Information about negotiation The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations IV.1.6)Information about electronic auction 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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participate Date: 05/06/2020 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 Tender must be valid until: 11/12/2020 IV.2.7)Conditions for opening of tenders Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows VI.3)Additional information: VI.4)Procedures for review VI.4.1)Review body Official name: Oslo Tingrett Town: Oslo Country: Norway VI.4.2)Body responsible for mediation procedures Official name: Klagenemda for offentlige anskaffelser Town: Bergen Country: Norway VI.4.3)Review procedure VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 29/04/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de