Tender Details
Title
Norway – Carpentry installation work – Framework agreement for compound tradesman services (contractors) 2/2024 Place of performance: Oslo Main nature of the contract: Works Official name: Oslo kommune v/ Kulturetaten Type of procedure: Open
Country
Language
English
Organization
Published Date
18.06.2024
Deadline Date
05.08.2024
Overview
359167-2024 - Competition Competition Norway: Carpentry installation work Framework agreement for compound tradesman services (contractors) 2/2024 Oslo (NO081) Estimated value excluding VAT: 252 000 000,00 NOK Type of procedure: Open Buyer Buyer: Oslo kommune v/ Kulturetaten Norway, Oslo Buyer Buyer: Oslo Tingrett Norway, Oslo LOT-0000: Framework agreement for compound tradesman services (contractors) 2/2024 Carpentry installation work Oslo (NO081) Duration: 2 Years Estimated value excluding VAT: 252 000 000,00 NOK Deadline for receipt of tenders: 05/08/2024 - 08:00:00 (UTC) 359167-2024 - Competition Norway – Carpentry installation work – Framework agreement for compound tradesman services (contractors) 2/2024 OJ S 117/2024 18/06/2024 Contract or concession notice – standard regime Works 1. Buyer 1.1. Buyer Official name: Oslo kommune v/ Kulturetaten Legal type of the buyer: Public undertaking, controlled by a local authority Activity of the contracting authority: General public services 1.1. Buyer Official name: Oslo Tingrett Legal type of the buyer: Public undertaking, controlled by a local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Framework agreement for compound tradesman services (contractors) 2/2024 Description: The main objective of the framework agreement is to ensure effective execution of renovation projects where it is necessary that several trade groups participate and shall be coordinated simultaneously in the project, cf. the execution of general and turnkey contracts. KUL manages several cultural buildings, cultural monuments and historical farm facilities in Oslo. The Property Department has overall responsibility for the operation, property development, rent, maintenance and renovation of KUL 45 cultural properties with 92 buildings. In addition there will be management responsibility for Middelalderbeltet with a cultural memorial area that together is more than 90 acres. The contract will also include the Agency for Culture ́s other, leased properties. In the coming period this is the Pop Centre, the Rehearsal Hotel, the City Archive, Gamle Munch, as well as the Vigeland museum. Proper follow-up of the renovation projects by competent construction and project management at both the builder and executors is necessary for our cultural-historical properties to have sound value maintaining operating and maintenance levels. There must be strict requirements for competence of the tenderers and his sub-contractors when performing work on the municipality ́s listed properties. Most of the buildings and facilities are listed, in accordance with the Cultural Memorial Act § 15 and/or regulated for conservation, in accordance with the Planning and Building Act. This means that rehabilitation processes will often require that dispensation from individual legal rules. The Agency of Culture is responsible for obtaining the necessary permits and exemptions, as well as ensuring that the protection perspective is taken care of both in operation, management, maintenance and further property development. Procedure identifier: 3cd8fa6b-d6c6-46a9-842a-42009c05cacf Internal identifier: 2/2024 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45422000 Carpentry installation work Additional classification (cpv): 45000000 Construction work, 45262500 Masonry and bricklaying work, 45300000 Building installation work, 45332000 Plumbing and drain-laying work, 45440000 Painting and glazing work, 71314100 Electrical services 2.1.2. Place of performance Country subdivision (NUTS): Oslo (NO081) 2.1.3. Value Estimated value excluding VAT: 252 000 000,00 NOK Maximum value of the framework agreement: 252 000 000,00 NOK 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, at the enforceable verdict 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 corruption, involving servicemen in the European Communities or in 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 legally enforceable verdict been convicted of participation in a criminal organisation by a verdict handed down not 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 in article 2 of The Council ́s framework decision 2008/841/RIA of 24 October 2008 on combating 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 of a legal verdict been convicted of money laundering or financing terrorism by a judgement handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?Wedding money or financing terrorismAs a rejection period determined directly in the judgement that still applies?White money or financing terrorism. 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 legally enforceable verdict 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?Speed as discussed in Article 1 of the convention on protection of the European Communities' financial interests (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, at a legally enforceable verdict been convicted of child labour and other forms of human trafficking by a judgement handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid as well as other forms of human trafficking as defined as defined in the judgement?<p article 2 of the European Parliament and the Council ́s directive 2011/36/EU of 5. 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: If the tenderer: a) has given grossly incorrect information when notifying the information required to check that there is no basis for rejection, or that the qualification requirements are fulfilled, b) failed to provide such information, c) subject to immediately submitting the supporting documents that the contracting authority requests. ord) improperly affected the contracting authority's decision making process in order to acquire confidential information that may give this an unlawful advantage in connection with the competition, or negligently has given misleading information that could 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 activity by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Terrorist acts or punishable acts of terrorism. acts relating to terrorist activity as defined in Articles 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: LOT-0000 Title: Framework agreement for compound tradesman services (contractors) 2/2024 Description: The main objective of the framework agreement is to ensure effective execution of renovation projects where it is necessary that several trade groups participate and shall be coordinated simultaneously in the project, cf. the execution of general and turnkey contracts. KUL manages several cultural buildings, cultural monuments and historical farm facilities in Oslo. The Property Department has overall responsibility for the operation, property development, rent, maintenance and renovation of KUL 45 cultural properties with 92 buildings. In addition there will be management responsibility for Middelalderbeltet with a cultural memorial area that together is more than 90 acres. The contract will also include the Agency for Culture ́s other, leased properties. In the coming period this is the Pop Centre, the Rehearsal Hotel, the City Archive, Gamle Munch, as well as the Vigeland museum. Proper follow-up of the renovation projects by competent construction and project management at both the builder and executors is necessary for our cultural-historical properties to have sound value maintaining operating and maintenance levels. There must be strict requirements for competence of the tenderers and his sub-contractors when performing work on the municipality ́s listed properties. Most of the buildings and facilities are listed, in accordance with the Cultural Memorial Act § 15 and/or regulated for conservation, in accordance with the Planning and Building Act. This means that rehabilitation processes will often require that dispensation from individual legal rules. The Agency of Culture is responsible for obtaining the necessary permits and exemptions, as well as ensuring that the protection perspective is taken care of both in operation, management, maintenance and further property development. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45422000 Carpentry installation work Additional classification (cpv): 45000000 Construction work, 45262500 Masonry and bricklaying work, 45300000 Building installation work, 45332000 Plumbing and drain-laying work, 45440000 Painting and glazing work, 71314100 Electrical services Options: Description of the options: 1+1 year. 5.1.2. Place of performance Country subdivision (NUTS): Oslo (NO081) 5.1.3. Estimated duration Duration: 2 Years 5.1.4. Renewal Maximum renewals: 2 5.1.5. Value Estimated value excluding VAT: 252 000 000,00 NOK Maximum value of the framework agreement: 252 000 000,00 NOK 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. This procurement is also suitable for small and medium-sized enterprises (SMEs) 5.1.7. Strategic procurement Green Procurement Criteria: National Green Public Procurement criteria 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Use of this criterion: Not used Criterion: Type: Technical and professional ability Use of this criterion: Not used 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=406295&B= 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=406295&B= Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Variants: Not allowed Deadline for receipt of tenders: 05/08/2024 08:00:00 (UTC) Deadline until which the tender must remain valid: 90 Days Information about public opening: Opening date: 05/08/2024 10:00:00 (UTC) Terms of contract: Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Maximum number of participants: 3 Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: KOFA Organisation receiving requests to participate: Oslo kommune v/ Kulturetaten Organisation processing tenders: Oslo kommune v/ Kulturetaten 8. Organisations 8.1. ORG-0001 Official name: Oslo kommune v/ Kulturetaten Registration number: 99241213 Postal address: Storgata 25 Town: Oslo Postcode: 0184 Country: Norway Contact point: Erik Ruud-Olsen Email: anskaffelser@kul.oslo.kommune.no Telephone: +47 21021021 Buyer profile: https://eu.eu-supply.com/ctm/company/companyinformation/index/351092 Roles of this organisation: Buyer Group leader Organisation receiving requests to participate Organisation processing tenders 8.1. ORG-0002 Official name: Oslo Tingrett Registration number: 926 725 939 Postal address: Postboks 2106 Vika Town: Oslo Postcode: 0125 Country: Norway Email: oslo.tingrett@domstol.no Telephone: +47 22035200 Roles of this organisation: Buyer Central purchasing body acquiring supplies and/or services intended for other buyers Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers 8.1. ORG-0003 Official name: KOFA Registration number: 918 195 548 Postal address: Zander Kaaes gate 7 Town: Bergen Postcode: 5015 Country: Norway Email: post@knse.no Telephone: +47 55193000 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: fda4dabd-9f0b-4eb0-9a89-1465ff993816 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 14/06/2024 17:49:32 (UTC) Notice dispatch date (eSender): 14/06/2024 20:00:37 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 359167-2024 OJ S issue number: 117/2024 Publication date: 18/06/2024 Czech document download: https://ted.europa.eu/cs/notice/359167-2024/pdf Danish document download: https://ted.europa.eu/da/notice/359167-2024/pdf German document download: https://ted.europa.eu/de/notice/359167-2024/pdf Greek document download: https://ted.europa.eu/el/notice/359167-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/359167-2024/pdf English document download: https://ted.europa.eu/en/notice/359167-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/359167-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/359167-2024/pdf French document download: https://ted.europa.eu/fr/notice/359167-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/359167-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/359167-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/359167-2024/pdf Italian document download: https://ted.europa.eu/it/notice/359167-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/359167-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/359167-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/359167-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/359167-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/359167-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/359167-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/359167-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/359167-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/359167-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/359167-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/359167-2024/pdf
NAICS
Business All Other Professional Navigational Museums Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Museums Electric Power Transmission Web Search Portals Copper Museums Religious Financial Transactions Processing Securities Plumbing Justice Other Professional Construction Turned Product and Screw Other Justice Measuring Agriculture Web Search Portals Plumbing Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Agencies Copper Construction Professional Process Funds
CPVS
Farming, hunting and fishing products Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Profiles Hotel, restaurant and retail trade services System, storage and content management software package Carpentry installation work Mains Control, safety, signalling and light equipment Nuts Construction, foundation and surface works for highways, roads Publications Control, safety or signalling equipment for inland waterways Painting work Wells construction work Lead Agricultural, farming, fishing, forestry and related products Other community, social and personal services Permits Control, safety or signalling equipment for parking facilities Masonry work Construction work Bricklaying work Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems Construction work for buildings relating to leisure, sports, culture, lodging and restaurants System, storage and content management software development services Forms Library, archives, museums and other cultural services Vats Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Catalogues Drain-laying work Gates Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Goods used in construction Architectural, construction, engineering and inspection services Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Glazing work Control, safety or signalling equipment for airports Dates
UNSPSC
Profiles Nuts Awards Business cases Project management Co financing Painting Hotels Culture Gates Hotel rooms Case making services Coffee, green Securities Suction pump, electrical Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe Western Europe
Sectors
Automobiles and Auto Parts Non-Renewable Energy Supply Services Construction Energy-Power and Electrical Coal and Lignite Computer Hardwares and Consumables Steel
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert