The City of Helsinki steers the planning of construction projects in such a way that the building meets the technical requirements set for its moisture-technical functionality. The design ensures that the building is moisture-technically functional during the technical service life of the building, structures and building elements. From the point of view of good indoor air quality in a building, it is essential that the moisture in the structures does not cause damage to the building, which could cause health hazards to those staying in the building. At the beginning of the construction project's construction site phase, the contractor draws up a moisture control plan, compliance with which is monitored by the client. In both the design and construction phases, the client needs a humidity control coordinator to monitor that the construction project meets the requirements and goals set by the client in accordance with the regulations.
At the beginning of the construction site phase, the contractor draws up a cleanliness management plan, compliance with which is monitored by the client. If necessary, the client orders expert services in cleanliness management to ensure that the contractor has complied with the requirements and goals set by the client.
This call for tenders seeks moisture control coordinators and cleanliness management experts for the building construction projects of the Helsinki Urban Environment Division. The elements of the invitation to tender are:
1. Humidity Coordinator
2. Expert in cleanliness management
The humidity control coordinator and cleanliness management experts work in the service building projects of the Helsinki Urban Environment Division's facilities service and in the housing construction projects of the housing production service.
The tenderer may submit a tender for one or both areas. Based on this procurement process, the suppliers with whom contracts are concluded are selected. the provision of services (framework contract).
A more detailed description of the tasks is presented in the service description attached to the invitation to tender (Appendix 1) and in others as an appendix
documents.
Assignments are ordered on the basis of a percentage distribution per sub-area according to the overall economic advantage.
The percentage distribution is in line with the ranking of tenderers' tenders for this framework agreement
in the tendering procedure.
The percentage per provider is determined by the reference points received by the provider (price score + quality score)
according to the following formula: Reference points obtained by the tenderer / reference points for all tenderers selected for the framework agreement
summa*100.
Example of a percentage distribution (5 selected vendors):
Provider 1:100 reference points
Provider 2: 90 reference points
Provider 3:85 reference points
Provider 4:80 reference points
Bidder 5: 65 reference points
Total reference points: 420
Provider 1: 23.81% (100/420)
Provider 2: 21.43% (90/420)
Provider 3: 20.24% (85/420)
Provider 4: 19.05% (80/420)
Provider 5: 15.48% (65/420)
In practice, it is impossible to achieve a percentage distribution with complete accuracy during the contract period. Percentage distribution
Thus, there may be variations in the outturn of +- 5% units per supplier. The percentage represents the euro-denominated distribution of orders, not
distribution of the number of orders.
The estimated value of the acquisition during the entire procurement period (incl. possible option periods) excluding VAT is EUR 6,000,000 and the maximum estimated total value of the procurement is EUR 8,000,000.
KosteudenhallintakoordinaattoritA more detailed description of the tasks covered by the framework scheme is set out in the service description attached to the call for tenders (Annex 1).
5 suppliers will be selected for section 1.
Where fewer qualifying tenders and eligible tenders have been received in Subdivision 1, than the amounts of contractual suppliers set out above, fewer contracts shall also be concluded accordingly.
The estimated value of the sub-area excluding VAT during the entire contract period (incl. possible option periods) is EUR 4,000,000 and the maximum value excluding VAT is EUR 5,000,000.
Duties of a cleanliness management specialistA more detailed description of the tasks covered by the framework scheme is set out in the service description attached to the call for tenders (Annex 1).
5 suppliers will be selected for section 2.
Where fewer qualifying tenders and eligible tenders have been received in Subdivision 2, than the amounts of contractual suppliers set out above, fewer contracts will also be concluded accordingly.
The estimated value of the sub-area excluding VAT during the entire contract period (incl. possible option periods) is EUR 2,000,000 and the maximum value excluding VAT is EUR 3,000,000.