Framework agreement for consultancy and engineering design services (1)

Liberation and development of the port areas in Dokken and Jekteviken and the relocation of bergen port require further reviews, plan processes and engineering design. Based on this, Bergen Port needs to establish a framework agreement with one tenderer who has a multi-disciplinary consultancy environment who can offer a complete …

CPV: 71336000 Unterstützende technische Tätigkeiten, 71000000 Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen, 71240000 Dienstleistungen von Architektur- und Ingenieurbüros sowie planungsbezogene Leistungen, 71310000 Technische Beratung und Konstruktionsberatung, 71300000 Dienstleistungen von Ingenieurbüros, 71311000 Beratung im Tief- und Hochbau, 71313400 Umweltfolgenabschätzung im Bau, 71315200 Bautechnische Beratung, 71317100 Beratung im Bereich Brand- und Explosionsschutz und -überwachung, 71318000 Beratungsdienste von Ingenieurbüros, 71320000 Planungsleistungen im Bauwesen, 71322000 Technische Planungsleistungen im Tief- und Hochbau, 71330000 Verschiedene von Ingenieuren erbrachte Dienstleistungen, 71340000 Von Ingenieuren erbrachte Verbundleistungen, 71541000 Projektmanagement im Bauwesen, 72224000 Beratung im Bereich Projektleitung, 75112100 Mit Entwicklungsprojekten verbundene Verwaltungsdienstleistungen, 90712100 Umweltorientierte Stadtentwicklungsplanung, 90713000 Beratung in Umweltfragen
Ausführungsort:
Framework agreement for consultancy and engineering design services (1)
Vergabestelle:
Bergen Havn AS
Vergabenummer:
24/00233

1. Buyer

1.1 Buyer

Official name : Bergen Havn AS
Activity of the contracting entity : Port-related activities

2. Procedure

2.1 Procedure

Title : Framework agreement for consultancy and engineering design services (1)
Description : Liberation and development of the port areas in Dokken and Jekteviken and the relocation of bergen port require further reviews, plan processes and engineering design. Based on this, Bergen Port needs to establish a framework agreement with one tenderer who has a multi-disciplinary consultancy environment who can offer a complete delivery of the following consultancy services (sub-areas): 1. Assistance with planning and regulating work 2. Engineering design services for and preparation of the tender documentation for new development projects.
Procedure identifier : 3fb00338-9efb-4a7f-8f85-1011788a7871
Previous notice : 45a70433-114f-4691-8e21-561e21158da0-01
Internal identifier : 24/00233
Type of procedure : Competitive tendering (article 5(3) of regulation 1370/2007)
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71313400 Environmental impact assessment for construction
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 71336000 Engineering support services
Additional classification ( cpv ): 71340000 Integrated engineering services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 90712100 Urban environmental development planning
Additional classification ( cpv ): 90713000 Environmental issues consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )

2.1.3 Value

Estimated value excluding VAT : 100 000 000 Norwegian krone
Maximum value of the framework agreement : 100 000 000 Norwegian krone

2.1.4 General information

Call for competition is terminated
Additional information : Exceptions from the main rule in the Supply Regulations § 7-9 (2): The contract is for the procurement of consultancy services in planning and planning work, as well as planning and engineering design services. A consultant ́s climate footprint and environmental impact will be equal to the load from an average permanent employee. In a climate account, the employee ́s need for office space and equipment, the energy consumption in the building, jobs in, travel activities for work and waste generation that contributes to the employee ́s climate footprint and environmental impact. Human resources are procured in this concrete procurement. Any climate footprint and environmental impact are beyond what can be connected to the nature of the procurement. Bergen Havn AS estimates that none of the above factors fall under the nature of the procurement, which is consultancy services. The elements connected to the nature, i.e. the technical and professional assistance that shall be provided and the digital assessments, drawings, plans, reports and analyses to be produced, lead to an immaterial climate footprint and an immaterial environmental impact. The work can include some travel activities to from the venue for meetings and site inspections, but then to a limited extent. The main service is the consultant ́s work effort. Consideration to environmental damage for passenger transport to and from meetings and site inspections is taken care of through contractual requirements for emissions from vehicles, see the contract point 10.14. Bergen Havn AS assesses that the procurement, in its nature, has a total climate footprint and an environmental impact that is immaterial, so that the exclusionary provision in § 7-9 (5) applies. Bergen Havn AS is thus exempt from the obligations to weight climate and environment considerations with a minimum of 30% or to prioritise such considerations among the three highest prioritised award criteria.
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for consultancy and engineering design services (1)
Description : Liberation and development of the port areas in Dokken and Jekteviken and the relocation of bergen port require further reviews, plan processes and engineering design. Based on this, Bergen Port needs to establish a framework agreement with one tenderer who has a multi-disciplinary consultancy environment who can offer a complete delivery of the following consultancy services (sub-areas): 1. Assistance with planning and regulating work 2. Engineering design services for and preparation of the tender documentation for new development projects.
Internal identifier : 24/00233

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71313400 Environmental impact assessment for construction
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 71336000 Engineering support services
Additional classification ( cpv ): 71340000 Integrated engineering services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 90712100 Urban environmental development planning
Additional classification ( cpv ): 90713000 Environmental issues consultancy services
Options :
Description of the options : The framework agreement will run from when the contract is signed and it will be valid for 3 years. The contracting authority has the option to extend the framework agreement for a further 3+2 years, so that the total contract length can be maximum 8 years.

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will run from when the contract is signed and it will be valid for 3 years. The contracting authority has the option to extend the framework agreement for a further 3+2 years, so that the total contract length can be maximum 8 years.

5.1.5 Value

Estimated value excluding VAT : 100 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Exceptions from the main rule in the Supply Regulations § 7-9 (2): The contract is for the procurement of consultancy services in planning and planning work, as well as planning and engineering design services. A consultant ́s climate footprint and environmental impact will be equal to the load from an average permanent employee. In a climate account, the employee ́s need for office space and equipment, the energy consumption in the building, jobs in, travel activities for work and waste generation that contributes to the employee ́s climate footprint and environmental impact. Human resources are procured in this concrete procurement. Any climate footprint and environmental impact are beyond what can be connected to the nature of the procurement. Bergen Havn AS estimates that none of the above factors fall under the nature of the procurement, which is consultancy services. The elements connected to the nature, i.e. the technical and professional assistance that shall be provided and the digital assessments, drawings, plans, reports and analyses to be produced, lead to an immaterial climate footprint and an immaterial environmental impact. The work can include some travel activities to from the venue for meetings and site inspections, but then to a limited extent. The main service is the consultant ́s work effort. Consideration to environmental damage for passenger transport to and from meetings and site inspections is taken care of through contractual requirements for emissions from vehicles, see the contract point 10.14. Bergen Havn AS assesses that the procurement, in its nature, has a total climate footprint and an environmental impact that is immaterial, so that the exclusionary provision in § 7-9 (5) applies. Bergen Havn AS is thus exempt from the obligations to weight climate and environment considerations with a minimum of 30% or to prioritise such considerations among the three highest prioritised award criteria.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hourly rate
Description : Completed price form.
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Exercise comprehension
Description : Tenderers shall describe their approach to supporting the Port of Bergen in carrying out the planning and zoning work necessary to relocate the port activity and free up the Dokken area for new areas of use.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Relevant experience and competence
Description : One assignment manager shall be offered per sub-area (2 resources in total): 1) Planning and zoning work 2) Engineering design services for and preparation of tender documentation for new development projects.
Weight (percentage, exact) : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Hordaland Tingrett
Organisation providing additional information about the procurement procedure : Odin Prosjekt AS
Organisation providing offline access to the procurement documents : Odin Prosjekt AS
Organisation signing the contract : Bergen Havn AS

6. Results

Value of all contracts awarded in this notice : 100 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Multiconsult Norge AS
Tender :
Tender identifier : Rammeavtale for kjøp av rådgivnings- og prosjekteringstjenester - Multiconsult Norge AS
Identifier of lot or group of lots : LOT-0000
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : Rammeavtale for kjøp av rådgivnings- og prosjekteringstjenester - Multiconsult Norge AS
Date on which the winner was chosen : 16/12/2024
Date of the conclusion of the contract : 30/01/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Bergen Havn AS

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 8

8. Organisations

8.1 ORG-0001

Official name : Odin Prosjekt AS
Registration number : 994950967
Postal address : Fabrikkgaten 6
Town : BERGEN
Postcode : 5059
Country : Norway
Contact point : Kristina Eek-Larsen
Telephone : +47 97093944
Internet address : https://odinprosjekt.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Bergen Havn AS
Registration number : 918404635
Town : Bergen
Country : Norway
Contact point : Odin Prosjekt AS
Telephone : 97093944
Roles of this organisation :
Buyer
Organisation signing the contract

8.1 ORG-0003

Official name : Hordaland Tingrett
Registration number : 926723367
Town : Bergen
Country : Norway
Telephone : 55699700
Roles of this organisation :
Review organisation

8.1 ORG-0004

Official name : Multiconsult Norge AS
Registration number : 918 836 519
Postal address : Nedre Skøyen vei 2
Town : Oslo
Postcode : 0276
Country : Norway
Telephone : +47 99299936
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000
The winner is listed on a regulated market

11. Notice information

11.1 Notice information

Notice identifier/version : a7990cc5-109a-4231-b4f7-ca7b3c669c1f - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 03/02/2025 12:02 +00:00
Notice dispatch date (eSender) : 03/02/2025 12:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00075574-2025
OJ S issue number : 24/2025
Publication date : 04/02/2025