Framework agreement for consultancy and engineering design services for the Joint Project Arna-Stanghelle.

The Norwegian Public Roads Administration Development Area West and Bane NOR Development South-West on the Joint Project Arna-Stanghelle (hereafter called the "Contracting Authority") intends to procure a framework agreement (hereafter called the "framework agreement") with a tenderer (hereafter called the "supplier") for the provision of consultancy and engineering design services …

CPV: 71242000 Entwurf und Gestaltung, Kostenschätzung, 71320000 Planungsleistungen im Bauwesen, 71500000 Dienstleistungen im Bauwesen
Ausführungsort:
Framework agreement for consultancy and engineering design services for the Joint Project Arna-Stanghelle.
Vergabestelle:
Statens vegvesen
Vergabenummer:
23/57845

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting entity : Railway services

1.1 Buyer

Official name : Bane NOR SF
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : Framework agreement for consultancy and engineering design services for the Joint Project Arna-Stanghelle.
Description : The Norwegian Public Roads Administration Development Area West and Bane NOR Development South-West on the Joint Project Arna-Stanghelle (hereafter called the "Contracting Authority") intends to procure a framework agreement (hereafter called the "framework agreement") with a tenderer (hereafter called the "supplier") for the provision of consultancy and engineering design services for FAS, see further point A.3.1 below. Both the Norwegian Public Roads Administration and Bane NOR will act as contracting authorities in accordance with the framework agreement, and thereby be able to make call-offs on the framework agreement separately or together. The aim of the procurement is to enter into a framework agreement for consultancy and engineering design services for the engineering design services for a new road and railway between Arna and Stanghelle/Helle. The framework agreement shall cover engineering design, advice and follow-up in the construction period in connection with the execution of the project. The procurement is for a framework agreement with one (1) tenderer for the procurement of consultancy and engineering design services for FAS. The framework agreement includes the preparation of a design basis for the entire project. Furthermore there is the preparation of the tender documentation for all the main contracts, which currently comprise both total, execution and interaction contracts, as well as follow-up during the construction period. In addition the framework agreement includes complete engineering design services for all work included in each execution contract, such as preparation of the work documentation, construction plan and follow-up during the construction period. Furthermore, participation in the project ́s collaboration contract is included.
Procedure identifier : cb8092ea-f9d1-4d3d-b6f6-9b2903579509
Internal identifier : 23/57845
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure : Type of procurement: Service procurements above the EEA threshold, cf. the supply regulations § 5-1 (2), cf. § 5-2 (1). Procurement procedure: Negotiated procedure after a prior notice, cf. utilities regulations § 9-1 (1).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71242000 Project and design preparation, estimation of costs
Additional classification ( cpv ): 71500000 Construction-related services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information : Arna - Stanghelle

2.1.4 General information

Additional information : The procurement of a framework agreement for consultancy and engineering design services for FAS is assessed to be covered by the exclusionary provision in the Utilities Regulations § 7-9 (5), in which exceptions are made from the requirement to weight climate and environment considerations with a minimum of thirty percent when the "procurement is of its nature has a climate footprint and an environmental impact that is immaterial". The nature of the procurement is consultancy services, specifically consultancy and engineering design services within building and construction (hereafter called "consultancy services"). The nature of the procurement involves the execution of quantitative and qualitative analyses (consultancy), development of systems (engineering design) etc. The consultancy service will be carried out as desk work and/or by observations/site inspections (on-site surveys). The work can include some, but typically limited travel activities. The main service is the consultant ́s work effort. In order to map the climate footprint and other forms of environmental impact from the nature of consultancy services, the contracting authority expects that a consultant ́s climate footprint and environmental impact will be equal to the load from an average permanent employee. It is, thus, the consultant ́s need for office space and office equipment, the energy consumption in the building that the relevant jobs are in, travel activities for work, and waste generation that contributes to the employee ́s climate footprint and environmental impact. The contracting authority estimates that none of the above elements fall within the nature of the procurement, which is a consultancy service. The elements connected to the nature of the procurement, i.e. the consultancy and engineering design services and the digital documents (text documents, models, drawings etc.) that shall be produced, result in immaterial climate footprint and an immaterial environmental impact. The contracting authority will, on the basis of the above, use the exclusion provisions in the supply regulations § 7-9 (5), as the procurement is of its nature has a climate footprint and an environmental impact that is immaterial. The justification for the exception provision applying to the procurement in relation to this is stated above. The contracting authority is, thus, exempted from the obligation to weight the climate and environment by 30%, cf. the supply regulations § 7-9 (2).
Legal basis :
Directive 2014/25/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 : 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 following rejection reasons in the supply regulations § 20-2 are purely national rejection reasons: § 20-2 (2): In this provision, it is stated that the contracting authority can reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority can reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. § 20-2 (3) letter in: The rejection reason in the ESPD form only concerns serious errors in professional practice, while the Norwegian rejection reason also includes other serious errors that can lead to doubts about the tenderer's professional integrity.
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 : Framework agreement for consultancy and engineering design services for the Joint Project Arna-Stanghelle.
Description : The Norwegian Public Roads Administration Development Area West and Bane NOR Development South-West on the Joint Project Arna-Stanghelle (hereafter called the "Contracting Authority") intends to procure a framework agreement (hereafter called the "framework agreement") with a tenderer (hereafter called the "supplier") for the provision of consultancy and engineering design services for FAS, see further point A.3.1 below. Both the Norwegian Public Roads Administration and Bane NOR will act as contracting authorities in accordance with the framework agreement, and thereby be able to make call-offs on the framework agreement separately or together. The aim of the procurement is to enter into a framework agreement for consultancy and engineering design services for the engineering design services for a new road and railway between Arna and Stanghelle/Helle. The framework agreement shall cover engineering design, advice and follow-up in the construction period in connection with the execution of the project. The procurement is for a framework agreement with one (1) tenderer for the procurement of consultancy and engineering design services for FAS. The framework agreement includes the preparation of a design basis for the entire project. Furthermore there is the preparation of the tender documentation for all the main contracts, which currently comprise both total, execution and interaction contracts, as well as follow-up during the construction period. In addition the framework agreement includes complete engineering design services for all work included in each execution contract, such as preparation of the work documentation, construction plan and follow-up during the construction period. Furthermore, participation in the project ́s collaboration contract is included.
Internal identifier : 23/57845

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71242000 Project and design preparation, estimation of costs
Additional classification ( cpv ): 71500000 Construction-related services
Options :
Description of the options : The contracting authority has an option for the following: The framework agreement will be valid for 4 years from when the contract is signed. The contracting authority has an option to extend the contract for a further 1+1+1+1 year. The maximum contract length is 8 years, cf. utilities regulations § 22-1 (4). This does not, however, prevent the actual delivery connected to call-offs before the framework agreement expires, after the duration of the framework agreement has expired. Options are further regulated in chapter C2, point C.2.1.2. An assessment of whether an option to extend the framework agreement shall be taken up well before the expiry of the framework agreement period. The triggering of the option for extension will be notified in writing to the tenderer at the latest three (3) months before the framework agreement expires. The contracting authority is free to trigger one or several of the options within the above stated deadlines. See the tender documentation chapter C2, point C.2.1.2.

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information : Arna - Stanghelle

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 4
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will be valid for 4 years from when the contract is signed. The contracting authority has an option to extend the contract for a further 1+1+1+1 year. The maximum contract length is 8 years, cf. utilities regulations § 22-1 (4). This does not, however, prevent the actual delivery connected to call-offs before the framework agreement expires, after the duration of the framework agreement has expired. Options are further regulated in chapter C2, point C.2.1.2. An assessment of whether an option to extend the framework agreement shall be taken up well before the expiry of the framework agreement period. The triggering of the option for extension will be notified in writing to the tenderer at the latest three (3) months before the framework agreement expires. The contracting authority is free to trigger one or several of the options within the above stated deadlines. See the tender documentation chapter C2, point C.2.1.2.

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) : yes
Additional information : The procurement of a framework agreement for consultancy and engineering design services for FAS is assessed to be covered by the exclusionary provision in the Utilities Regulations § 7-9 (5), in which exceptions are made from the requirement to weight climate and environment considerations with a minimum of thirty percent when the "procurement is of its nature has a climate footprint and an environmental impact that is immaterial". The nature of the procurement is consultancy services, specifically consultancy and engineering design services within building and construction (hereafter called "consultancy services"). The nature of the procurement involves the execution of quantitative and qualitative analyses (consultancy), development of systems (engineering design) etc. The consultancy service will be carried out as desk work and/or by observations/site inspections (on-site surveys). The work can include some, but typically limited travel activities. The main service is the consultant ́s work effort. In order to map the climate footprint and other forms of environmental impact from the nature of consultancy services, the contracting authority expects that a consultant ́s climate footprint and environmental impact will be equal to the load from an average permanent employee. It is, thus, the consultant ́s need for office space and office equipment, the energy consumption in the building that the relevant jobs are in, travel activities for work, and waste generation that contributes to the employee ́s climate footprint and environmental impact. The contracting authority estimates that none of the above elements fall within the nature of the procurement, which is a consultancy service. The elements connected to the nature of the procurement, i.e. the consultancy and engineering design services and the digital documents (text documents, models, drawings etc.) that shall be produced, result in immaterial climate footprint and an immaterial environmental impact. The contracting authority will, on the basis of the above, use the exclusion provisions in the supply regulations § 7-9 (5), as the procurement is of its nature has a climate footprint and an environmental impact that is immaterial. The justification for the exception provision applying to the procurement in relation to this is stated above. The contracting authority is, thus, exempted from the obligation to weight the climate and environment by 30%, cf. the supply regulations § 7-9 (2).

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : B.2.2.3 The tenderer's economic and financial capacity
Description : - The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract obligations. The tenderer is required to have an annual minimum turnover of NOK 300 million in the last three financial years. -Tenderers are required to be credit worthy (credit worthy without security requirements).
Use of this criterion : Used
Criterion :
Type : Other
Name : B.2.2.5 The tenderer ́s quality, environment and security management system.
Description : Tenderers shall have a documented and implemented quality assurance system (quality management system), which is based on relevant European standard series, which are certified by accredited bodies, for example NS-EN ISO 9001:2015.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Other
Name : B.2.6.1 Selection Criteria - best qualified principle
Description : For this competition and based on received requests for participation in the competition, the Contracting Authority will select a minimum of three (3) and a maximum of six (6) tenderers who will be invited to submit a tender and participate in the negotiations, cf. the tender documentation chapter B3. The contracting authority can choose fewer tenderers than stated above if there are not a sufficient number of qualified tenderers, cf. the supply regulations § 12-7 (3). The selection among the qualified tenderers who are invited to submit tenders will be based on the contracting authority ́s evaluation of which tenderers are deemed to be the best qualified on the basis of the set requirements for the tenderer ́s technical and professional qualifications, cf. chapter B2, point B2.2.4. The assessment will be based on documentation submitted relating to fulfilment of the set requirements for the tenderer ́s technical and professional qualifications, cf. chapter B2, point B.2.2.4. The contracting authority will give written notification about the selection of the tenderers who are invited to submit a tender. Written notification will also be given to the tenderers who will not be chosen to submit a tender together with a short justification, cf. the supply regulations § 12-7 (4).
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Name : B.2.2.1 General
Description : The qualification requirements for the competition are stated in chapter B2, point B.2.2.2 to B.2.2.5. below. The qualification requirements set minimum requirements for the tenderer ́s qualifications, specifically, the minimum requirement for the tenderer's legal position, financial capacity, technical and professional qualifications, as well as a quality, environment and security management system. Each individual qualification requirements must be fulfilled in order for the tenderer to be assessed as qualified. The qualification requirements shall ensure that the tenderer has the ability to deliver in accordance with the contract. and is, thus, suitable for fulfilment of the contractual obligations. Tenderers who do not fulfil the qualification requirements will be rejected, cf. § 20-2 (1) letter a).
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : B.2.2.2 The tenderer ́s organisational and legal position.
Description : - Tenderers shall be a legally established company or consist of a community of suppliers who are legally established companies. The requirement also applies to entities that the tenderer will use, cf. chapter B2, point B.2.4.1. - Tenderers shall be registered in the Electrical Enterprise Register in accordance with the Regulations on electro companies etc. dated 19 June 2013 no. 739 § 3, as certified electrical companies for engineering design services/execution of electrical installations connected to roads and railways. - The tenderer, or other entities that the tenderer will use to fulfil the qualification requirements, shall not be a unit that is affected by the ban on the award of public contracts in § 8n in the sanctions regulations Ukraine (FOR-2014-08-15-1076).
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : B.2.2.4 The tenderer ́s technical and professional qualifications.
Description : Demand Tenderers shall have sufficient experience and competence from consultancy and engineering design services within tunnel, road and railway projects of an equivalent nature and Difficulty. Documentation requirement • A description of the tenderer's most relevant deliveries of consultancy and engineering design services within roads and railways, including engineering design services for large and complex tunnel, road and railway projects with long duration and several interface, with an equivalent size and complexity as described for each call-off under the framework agreement, respectively; o preparation of a design basis, o preparation of tender documentation for execution contracts, turnkey contracts and interaction contracts in accordance with the rules for public procurements, o preparation of the engineering design and work basis for execution contracts, as well as follow-up in the construction period, o experience from collaboration contracts, o signal engineering design services for railways and o digital engineering design services for major transport installations, including implementation and management of model based projects, cf. the tender documentation chapter D. • It is the tenderer ́s responsibility to document the stated reference projects/assignments relevance through the description. The stated reference projects shall document experience and competence connected to all central work, cf. above. • Tenderers shall describe a minimum of two (2) and a maximum of six (6) projects/assignments that the tenderer has carried out during the last five (5) years. The description shall include information on; o Name of the recipient/contracting authority, o The contract ́s value, o The assignment ́s content and extent, including a description of the tenderer's role and responsibility, o Contract period - start and end date for Contract. Use the template for relevant reference projects included in chapter B4, Annex 3, Relevant Reference Project. The description of each reference project shall have a maximum of two (2) A4 pages in accordance with the template for relevant reference projects, cf. chapter B4, annex 3. Maximum 12 A4 pages for a description of six reference projects. Guideline text in the introduction can be removed by using the template. The following text requirements apply; • Font: Lucida Sans • Font size: 10 • Line spacing: 1.0 • Margins: It is not allowed to change margins in form Note: The requirement for a minimum of two (2) and maximum six (6) reference projects applies together for the tenderer, including any companies that the tenderer will use to fulfil the requirements for technical and professional qualifications and/or suppliers who participate in jointly. Each reference project does not need to document experience from the execution of all stated central work. Several reference projects can, thus, together document sufficient experience and competence from assignments of an equivalent nature and degree of difficulty. Demand Tenderers shall have sufficient capacity, in the form of human and technical resources, to fulfil the contract. Documentation requirement • A description of the technical personnel and technical units that the tenderer has at its disposal for carry out the contract, including personnel and/or units that are responsible for quality control. • A description of the tenderer's average workforce and the number of employees in the management during the last three years. • A description of the tools, materials and technical equipment that the tenderer has at its disposal for fulfilment of the contract. • A description of how much of the contract the tenderer is considering putting away to Subcontractors. Information shall be given for which parts of the delivery each sub-supplier will be used. Note: CVs shall not be submitted during this stage of the procurement process.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 6
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Criterium K1: Tender sum
Description : Under this award criteria, the tenderer ́s tender sum will be assessed. In the assessment, the total offered price stated in chapter E2 Price Form point E2.2 "Tender Sum excluding VAT", will be Considered.
Criterion :
Type : Quality
Name : Criterium K2: Solution description
Description : Under this award criteria, the tenderer ́s description of the execution of assignments under The framework agreement, including interaction and coordination with the contracting authority, contractors, other engineering designers and other third parties (multi-disciplinary cooperation), as well as the identification and handling of challenges and risks will be assessed. The contracting authority will, on the basis of the stated documentation requirements, undertake a qualitative and comprehensive evaluation of the tenderer ́s solution description for the execution of assignments under the framework agreement.
Criterion :
Type : Quality
Name : Criterium K3: Organisation and offered key personnel (project team).
Description : Under this award criteria, the quality of the tenderer ́s organisation will be assessed. The contracting authority will undertake an overall assessment of the tenderer ́s offered organisation. The quality of the offered key personnel will be assessed under this award criteria. With a view to evaluating the service quality, the contracting authority will undertake an assessment of each offered key person's experience and competence connected to the intended role in the execution of the framework agreement, as well as an overall assessment of the project team ́s composition (project team). Key personnel means, in this connection: • Assignment Manager, • Call-offs responsible for each call-off, • Managers of the following disciplines (specialist manager/discipline manager); •Construction • Site engineering, •Tunnel • Road trade, • Track subjects, • Geofag, • Electro and telecommunication for road and railway subjects • Building Information Modelling (BIM Coordinator), • Outer environmental studies, •RAMS • Water and sewage disciplines, • Process descriptions The assignment manager ́s competence and experience will be assigned particular emphasis when evaluating the tenders under this the award criteria.
Criterion :
Type : Quality
Name : B.2.6.1 Selection Criteria - best qualified principle
Description : For this competition and based on received requests for participation in the competition, the Contracting Authority will select a minimum of three (3) and a maximum of six (6) tenderers who will be invited to submit a tender and participate in the negotiations, cf. the tender documentation chapter B3. The contracting authority can choose fewer tenderers than stated above if there are not a sufficient number of qualified tenderers, cf. the supply regulations § 12-7 (3). The selection among the qualified tenderers who are invited to submit tenders will be based on the contracting authority ́s evaluation of which tenderers are deemed to be the best qualified on the basis of the set requirements for the tenderer ́s technical and professional qualifications, cf. chapter B2, point B2.2.4. The assessment will be based on documentation submitted relating to fulfilment of the set requirements for the tenderer ́s technical and professional qualifications, cf. chapter B2, point B.2.2.4. The contracting authority will give written notification about the selection of the tenderers who are invited to submit a tender. Written notification will also be given to the tenderers who will not be chosen to submit a tender together with a short justification, cf. the supply regulations § 12-7 (4).
Description of the method to be used if weighting cannot be expressed by criteria : Tenderers who have been invited to participate in the competition and have submitted an otherwise valid tender will have their tenders evaluated in accordance with the set award criteria below, cf. point B.3.6.2 flg. A contract will be awarded to the tenderer who has submitted the tender, which gives the best relationship between price and quality, cf. the supply regulations § 14-1 (1). The following award criteria will form the basis of the evaluation: K1: Tender sum, based on the stated prices in the price form. K2: Solution description K3: Organisation and offered key personnel (project team). The contracting authority will assess the tenders in the evaluation on the basis of the award criteria and calculate each of the tenders ́ competition sum. The tender with the lowest competition sum will be the tender, which gives the best relationship between price and quality and the tenderer with the lowest tender sum will therefore be awarded the contract. S = K1 – K2 – K3
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

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
Deadline for receipt of requests to participate : 19/03/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation.
A non-disclosure agreement is required : yes
Financial arrangement : See the tender documentation C.2.2.19 Invoicing and payment (NS 8401 point 15.2 / NS 8402 point 14).

5.1.15 Techniques

Framework agreement :
Framework agreement, with 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 : Oslo tingrett
Organisation providing additional information about the procurement procedure : Statens vegvesen

8. Organisations

8.1 ORG-0001

Official name : Statens vegvesen
Registration number : 971032081
Department : Fellesfunksjoner
Postal address : Skoggata 19
Town : Moss
Postcode : 1500
Country : Norway
Contact point : Tatiana Maia Pinto Liknes
Telephone : +47 41521827
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Bane NOR SF
Registration number : 917082308
Postal address : Schweigaards gate 33
Town : Oslo
Postcode : 0191
Country : Norway
Telephone : 47770098
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : bb9ff995-f9e3-4ef3-bed2-8823e47aec68 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/01/2025 14:58 +00:00
Notice dispatch date (eSender) : 29/01/2025 15:12 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00069423-2025
OJ S issue number : 22/2025
Publication date : 31/01/2025