NO-Gardermoen: Stone Chippings

NO-Gardermoen: Stone Chippings

NO-Gardermoen: Stone chippings

2013/S 052-085701

Contract notice – utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Oslo Lufthavn AS
Sentrallageret, Edvard Munchs veg
Contact point(s): OSL T2
For the attention of: Ingrid Almli
2060 Gardermoen
NORWAY
Telephone: +47 48118844
E-mail:

Internet address(es):

General address of the contracting entity:

Address of the buyer profile:

Further information can be obtained from: Oslo Lufthavn AS
Sentrallageret, Edvard Munchs veg
Contact point(s): OSL T2
For the attention of: Ingrid Almli
2060 GARDERMOEN
NORWAY
Telephone: +47 48118844
E-mail:
Internet address:

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: Oslo Lufthavn AS
Sentrallageret, Edvard Munchs veg
Contact point(s): OSL T2
For the attention of: Ingrid Almli
2060 GARDERMOEN
NORWAY
Telephone: +47 48118844
E-mail:
Internet address:

Tenders or requests to participate must be sent to: Oslo Lufthavn AS
Sentrallageret, Edvard Munchs veg
Contact point(s): OSL T2
For the attention of: Ingrid Almli
2060 GARDERMOEN
NORWAY
Telephone: +47 64812000
E-mail:
Internet address:

I.2)Main activity

Airport-related activities

I.3)Contract award on behalf of other contracting entities

Section II: Object of the contract

II.1)Description

II.1.1)Title attributed to the contract by the contracting entity:

P-72235/P-72255 Natural stone works.

II.1.2)Type of contract and location of works, place of delivery or of performance

Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting entities
Main site or location of works, place of delivery or of performance: Oslo Lufthavn Gardermoen, Norway.
NUTS code

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

The notice involves a public contract

II.1.4)Information on framework agreement

II.1.5)Short description of the contract or purchase(s):

For some of the key traffic areas in the new parts of the terminal, consisting of the central building west (SBV) and pier north (PN), the floor areas shall be laid with natural stone flooring.
The central building west shall be laid with natural stone in the public areas of the departure and arrival halls, including the security control area. The pier north shall be laid with natural stone in areas of the root of the pier.
Contract 72235/72255 comprises mainly the following performances:
- Rendering and setting of concrete floors
- Natural stone coating on the walls, concrete floors, hollow floors and in stairways
- completion of the existing natural stone floors
- adaptations to the continuous items
- expansion joints and settlement joints
- markings (lane lines, attention sections and hazards sections)
- covering of finished floors
- rigging for own works
The total area of natural stone will be approx. 19700 sqm spread over 18,800 sqm and 900 sqm SBV in pier north.
Separate contracts will be established for the floor installation of the central building west (P-72235) and for pier north (P-72255), but pre-qualification and the subsequent tender competition will run together for the two contracts.

NOTE: To register your interest in this notice and obtain any additional information please visit the Doffin Web Site at

II.1.6)Common procurement vocabulary (CPV)

14212430, 45213331

II.1.7)Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8)Information about lots

II.1.9)Information about variants

II.2)Quantity or scope of the contract

II.2.1)Total quantity or scope:

See annex A Information about the acquisition.

II.2.2)Information about options

Options: yes
Description of these options: Demolition of approx. 600 sqm natural stone floors with the underlying screeds and technical installations.

II.2.3)Information about renewals

This contract is subject to renewal: no

II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract

III.1.1)Deposits and guarantees required:

See the tender documents; Invitation for pre-qualification.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

See the tender documents; Invitation for pre-qualification.

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

See the tender documents; Invitation for pre-qualification.

III.1.4)Other particular conditions:

The performance of the contract is subject to particular conditions: yes
Description of particular conditions: See the tender documents; Invitation for pre-qualification.

III.2)Conditions for participation

III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: (1) Other documentation required (please state below)
See the tender documents; Invitation for pre-qualification

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: (1) Other documentation required (please state below)
See the tender documents; Invitation for pre-qualification

III.2.3)Technical capacity

Information and formalities necessary for evaluating if the requirements are met: (1) Other documentation required (please state below)
See the tender documents; Invitation for pre-qualification

III.2.4)Information about reserved contracts

III.3)Conditions specific to services contracts

III.3.1)Information about a particular profession

III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure

IV.1.1)Type of procedure

Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no

IV.2)Award criteria

IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate

IV.2.2)Information about electronic auction

IV.3)Administrative information

IV.3.1)File reference number attributed by the contracting entity:

IV.3.2)Previous publication(s) concerning the same contract

IV.3.3)Conditions for obtaining specifications and additional documents

Time limit for receipt of requests for documents or for accessing documents: ..

IV.3.4)Time limit for receipt of tenders or requests to participate

15.4.2013 - 12:00

IV.3.5)Language(s) in which tenders or requests to participate may be drawn up

Other: Norwegian

IV.3.6)Minimum time frame during which the tenderer must maintain the tender

IV.3.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence

VI.2)Information about European Union funds

VI.3)Additional information:

See the tender documents; Invitation for pre-qualification and annex A Information about the acquisition
(NT Ref:286679)

VI.4)Procedures for appeal

VI.4.1)Body responsible for appeal procedures

VI.4.2)Lodging of appeals

VI.4.3)Service from which information about the lodging of appeals may be obtained

VI.5)Date of dispatch of this notice:

12.3.2013