2025-018 Framework agreement project support

About the Assignment - the objective and scope of the procurementMøre og Romsdal county, c/o building and real estate services are responsible for administering, operating and developing the buildings for Møre og Romsdal county. The properties mainly consist of sixth form colleges and the total owned gross area is approx. …

CPV: 71240000 Dienstleistungen von Architektur- und Ingenieurbüros sowie planungsbezogene Leistungen, 71241000 Durchführbarkeitsstudie, Beratung, Analyse, 71242000 Entwurf und Gestaltung, Kostenschätzung, 71540000 Bauverwaltungsleistungen, 71541000 Projektmanagement im Bauwesen
Frist:
21. Februar 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
2025-018 Framework agreement project support
Vergabestelle:
Møre og Romsdal Fylkeskommune
Vergabenummer:
2025/5109

1. Buyer

1.1 Buyer

Official name : Møre og Romsdal Fylkeskommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 2025-018 Framework agreement project support
Description : About the Assignment - the objective and scope of the procurementMøre og Romsdal county, c/o building and real estate services are responsible for administering, operating and developing the buildings for Møre og Romsdal county. The properties mainly consist of sixth form colleges and the total owned gross area is approx. 230,000 m2, as well as leased areas. Different reviews are prepared each year and construction projects of varying sizes are carried out. There is a need for extra assistance in the form of project manager services, construction management, as well as the necessary administrative and technical support functions for the smaller and medium sized projects. The contracting authority shall, through the framework agreement, also be able to make call-offs on consultancy services for minor assignments, e.g. in connection with reviews and preparation of the tender documentation m.v.Se more information on the assignment in the requirement specifications (annex 3) and the tender documentation part II (annex 7).
Procedure identifier : e0dae266-b60f-4d96-b9df-aae8a3dd5538
Internal identifier : 2025/5109
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The Mercell Contracting Authority uses electronic procurement processes via the system supplier Mercell ( www.mercell.no). It requires, among other things, i.a. that tenders are to be submitted electronically by the stated tender deadline. The tenderer holds the risk that the tender is submitted by the tender deadline. Tenders are therefore recommended to be delivered well before the deadline expires, for example, at least 1 hour before the tender deadlines.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71242000 Project and design preparation, estimation of costs
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone

2.1.4 General information

Additional information : Evaluation As the procurement is a pure service procurement and the nature of the work tasks is consultancy and consultancy services, the procurement is considered to have little climate and environmental impact. The work is mainly desk work and the meeting will mostly be carried out digitally. This helps reduce travel activities. Conclusion The result of the climate and environment mapping shows that the procurement has a climate footprint and an environmental impact that is immaterial, cf. the Public Procurement Regulations § 7-9 (5).
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

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?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : 2025-018 Framework agreement project support
Description : About the Assignment - the objective and scope of the procurementMøre og Romsdal county, c/o building and real estate services are responsible for administering, operating and developing the buildings for Møre og Romsdal county. The properties mainly consist of sixth form colleges and the total owned gross area is approx. 230,000 m2, as well as leased areas. Different reviews are prepared each year and construction projects of varying sizes are carried out. There is a need for extra assistance in the form of project manager services, construction management, as well as the necessary administrative and technical support functions for the smaller and medium sized projects. The contracting authority shall, through the framework agreement, also be able to make call-offs on consultancy services for minor assignments, e.g. in connection with reviews and preparation of the tender documentation m.v.Se more information on the assignment in the requirement specifications (annex 3) and the tender documentation part II (annex 7).
Internal identifier : 2025/5109

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71242000 Project and design preparation, estimation of costs
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 20 000 000 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
Additional information : Evaluation As the procurement is a pure service procurement and the nature of the work tasks is consultancy and consultancy services, the procurement is considered to have little climate and environmental impact. The work is mainly desk work and the meeting will mostly be carried out digitally. This helps reduce travel activities. Conclusion The result of the climate and environment mapping shows that the procurement has a climate footprint and an environmental impact that is immaterial, cf. the Public Procurement Regulations § 7-9 (5).

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial position.
Description : Qualification requirement: Tenderers are required to have sufficient economic and financial capacity to fulfil the contract. Documentation Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. This is to be documented by a credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. If the tenderer has valid reasons for not presenting the requested documentation, the tenderer can prove his economic and financial position with any other document that the Contracting Authority deems suitable. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : System for quality assurance and environmental standard.
Description : Qualification requirement: Tenderers shall have a quality assurance system. Documentation A description of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of valid certificate ISO 9001 or equivalent quality assurance certifications, cf. the Public Procurement Regulations § 16-7. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration, authorisation
Description : Qualification requirement: Tenderers are required to have a legally established company. Documentation Norwegian companies: Company Registration Certificate. Foreign companies: Registration certificate in a professional register as determined by the legislation in the country where the tenderer is registered. The documentation should, as a minimum, state: a) Company name and registration number b) the company's business address c) who can act on the company ́s behalf/bind the company ́s name
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s professional and technical competence.
Description : Qualification requirement Tenderers are required to have sufficient experience from previously executed assignments of a relevant nature and degree of difficulty. Documentation Tenderers shall have had project manager responsibility and carried out a minimum of: • 5 relevant building and construction projects with total construction costs NOK 100,000 – NOK 5,000,000 (category 1). • 1 relevant building and construction project with total construction cost NOK 5 million – NOK 10 million (category 2). • 1 relevant building and construction project with a total construction cost above NOK 10 million (category 3). The projects shall be completed in the last 5 years. Reference projects shall be documented by a completed reference form (annex 6). Certificates from the reference projects' contracting authorities can be requested. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 14/02/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/228701189.aspx

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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 21/02/2025 11:00 +00:00
Deadline until which the tender must remain valid : 70 Day
Information about public opening :
Opening date : 21/02/2025 12:00 +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 :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett

8. Organisations

8.1 ORG-0001

Official name : Møre og Romsdal Fylkeskommune
Registration number : 944183779
Postal address : Postboks 2500
Town : MOLDE
Postcode : 6404
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Arnt Ove Hol
Telephone : +47 71258000
Fax : +47 71258721
Internet address : http://www.mrfylke.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 974 745 623
Town : Moldfe
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : a59bec09-f5b4-49a6-9177-8fa0ebd51127 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/01/2025 12:16 +00:00
Notice dispatch date (eSender) : 27/01/2025 12:41 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00059717-2025
OJ S issue number : 19/2025
Publication date : 28/01/2025