Construction Manager Rehabilitation AudMax

NMBU is in a process of total renovation of AudMax. Nmbu c/o EIA shall implement a project with a builder managed execution model due to building protection, uncertainty in the economy and progress. To assist the project manager, there is a need for a construction manager with competence in the …

CPV: 71000000 Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen, 71310000 Technische Beratung und Konstruktionsberatung, 71311000 Beratung im Tief- und Hochbau, 71321100 Dienstleistungen im Bereich Bauwirtschaft, 71500000 Dienstleistungen im Bauwesen, 71540000 Bauverwaltungsleistungen, 71541000 Projektmanagement im Bauwesen
Ausführungsort:
Construction Manager Rehabilitation AudMax
Vergabestelle:
Norges miljø- og biovitenskapelige universitet
Vergabenummer:
25/00167

1. Buyer

1.1 Buyer

Official name : Norges miljø- og biovitenskapelige universitet
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Construction Manager Rehabilitation AudMax
Description : NMBU is in a process of total renovation of AudMax. Nmbu c/o EIA shall implement a project with a builder managed execution model due to building protection, uncertainty in the economy and progress. To assist the project manager, there is a need for a construction manager with competence in the renovation of i.a. cultural monuments from the building ́s era. The assignment will be regulated by NS8403 with NMBU ́s general and special contract requirements.
Procedure identifier : fa6cf846-67a9-479e-b9a9-e67e790c2011
Internal identifier : 25/00167
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71321100 Construction economics services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services

2.1.2 Place of performance

Postal address : NMBU Campus Ås
Town : ÅS
Postcode : 1433
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information : Building AudMax

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, 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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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?
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 : Construction Manager Rehabilitation AudMax
Description : NMBU is in a process of total renovation of AudMax. Nmbu c/o EIA shall implement a project with a builder managed execution model due to building protection, uncertainty in the economy and progress. To assist the project manager, there is a need for a construction manager with competence in the renovation of i.a. cultural monuments from the building ́s era. The assignment will be regulated by NS8403 with NMBU ́s general and special contract requirements.
Internal identifier : 25/00167

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71321100 Construction economics services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services

5.1.2 Place of performance

Postal address : NMBU Campus Ås
Town : ÅS
Postcode : 1433
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information : Building AudMax

5.1.3 Estimated duration

Start date : 07/05/2025
Duration end date : 30/06/2027

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 2.3.4 The tenderer ́s economic and financial capacity.
Description : Demand: Tenderers shall have sufficient economic and financial capacity to be able to carry out the contract. Credit rating equivalent to "credit worthy without security" will be necessary to fulfil the Requirement The estimated value, c.f. point 1.1.1 cannot exceed 50% of the average turnover in the last 2 years. Documentation requirement: Credit rating based on the last known accounting figures, not older than 3 months. The rating shall be carried out by credit information company that has a licence. to conduct such a business. If a tenderer has a justifiable reason not to submit the documentation the contracting authority has demanded, he can document its economic and financial capacity by presenting any other document that the Contracting Authority deems suitable.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : 2.3.5 The tenderer ́s technical and professional qualifications
Description : Demand: Tenderers shall have experience from assignments with a comparable value to the assignment. Documentation requirement: Tenderers shall provide information on experience and competence from relevant assignments. A description of the tenderer's three most relevant assignments in recent years. The descriptions shall be maximum three A4 pages. with maximum text with font size 11 for all three assignments. All three references shall be include the total assignment value, date and Builder. The tenderer must be given in the description forward: · as to whether the assignment included alterations/renovations, protection/protection, cultural halls and teaching rooms · what contract form was used · which project phases the assignment included (cf. Next Step) · what work assignments were carried out in Project They will be emphasised on experience from rehabilitation of buildings from the same era or with the same architecture, cultural monuments, glass facades, cultural halls, teaching rooms, public the contracting authority, the uh-sector etc. The qualification assessment will be based on a overall assessment of the above mentioned point in light of the tender documentation. The tenderer is responsible for ensuring that the requested information is Arising. The tenderer has the risk of ambiguousness in the response.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 16/02/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=43705

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of requests to participate : 24/02/2025 11:00 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Follo og Nordre Østfold tingrett

8. Organisations

8.1 ORG-0001

Official name : Norges miljø- og biovitenskapelige universitet
Registration number : 969159570
Department : Innkjøpsseksjonen
Postal address : PB 5003
Town : Ås
Postcode : 1432
Country : Norway
Contact point : Gaute Hoff
Telephone : +47 67 23 00 00
Internet address : https://www.nmbu.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Follo og Nordre Østfold tingrett
Registration number : 926 725 920
Postal address : Postboks 64
Town : Ski
Postcode : 1401
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 64 00 30 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : acadc2e8-d42c-4774-b749-6cd09339c0b1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/01/2025 11:46 +00:00
Notice dispatch date (eSender) : 24/01/2025 11:59 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00056852-2025
OJ S issue number : 18/2025
Publication date : 27/01/2025