Framework agreements consultancy services: Engineering design assignments building

The contracting authority annually executes several major and minor investment and maintenance projects based on the at any given time applicable action and finance plan, mainly as an execution contract or builder developed turnkey contract. The Contracting Authority intends to enter into framework agreements for consultancy services for engineering design …

CPV: 71320000 Engineering design services, 71310000 Consultative engineering and construction services, 71311000 Civil engineering consultancy services, 71311300 Infrastructure works consultancy services, 71312000 Structural engineering consultancy services, 71313000 Environmental engineering consultancy services, 71313100 Noise-control consultancy services, 71313200 Sound insulation and room acoustics consultancy services, 71314300 Energy-efficiency consultancy services, 71315100 Building-fabric consultancy services, 71315210 Building services consultancy services, 71316000 Telecommunication consultancy services, 71317000 Hazard protection and control consultancy services, 71317100 Fire and explosion protection and control consultancy services, 71318000 Advisory and consultative engineering services, 71321000 Engineering design services for mechanical and electrical installations for buildings, 71321200 Heating-system design services, 71321300 Plumbing consultancy services, 71321400 Ventilation consultancy services, 71322000 Engineering design services for the construction of civil engineering works, 71322200 Pipeline-design services, 71323100 Electrical power systems design services, 71325000 Foundation-design services, 71327000 Load-bearing structure design services, 71351200 Geological and geophysical consultancy services, 71351210 Geophysical consultancy services, 71351220 Geological consultancy services, 71530000 Construction consultancy services, 71800000 Consulting services for water-supply and waste consultancy
Place of execution:
Framework agreements consultancy services: Engineering design assignments building
Awarding body:
Sandnes kommune
Award number:
24/07466

1. Buyer

1.1 Buyer

Official name : Sandnes kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreements consultancy services: Engineering design assignments building
Description : The contracting authority annually executes several major and minor investment and maintenance projects based on the at any given time applicable action and finance plan, mainly as an execution contract or builder developed turnkey contract. The Contracting Authority intends to enter into framework agreements for consultancy services for engineering design assignments related to buildings. The framework agreements are intended to cover most of the Contracting Authority ́s continual need for consultancy services for the following disciplines: 1. Construction Techniques (RiB) 2. Electro (RiE) 3. Electro automation (RiEaut) 4. Heating, ventilation and sanitation engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechnics (RiG) 8. Environment (RiM) Tenderers shall staff the assignment with a permanent consultant per discipline in the contract period. In addition to the offered permanent consultant, the tenderer can use other personnel with the necessary qualifications to increase capacity, strengthen competence/professional breadth, for routine work or for work of less significant importance for the assignment. The assignments shall be re honorary in accordance with the hours used and in accordance with the agreed rates unless otherwise agreed. In the event of call-offs against the framework agreement, the tenderer is obliged to provide consultancy services in accordance with the contract. The contracting authority intends to enter into parallel framework agreements with up to 3 tenderers per category in prioritised order, provided that there are 3 suitable tenderers and tenders. See part II contract documentation, point C.1.5 for further information. Framework agreement with several tenderers and distribution key. The assignment is further described in Part II of the contract documentation and annexes.
Procedure identifier : b10f965c-7790-4ae7-a987-f901dfa42055
Previous notice : 9b03fd54-a034-4fc8-9a5d-cd6b1c47198e-01
Internal identifier : 24/07466
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest, see the tender documents.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315100 Building-fabric consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71323100 Electrical power systems design services
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71351210 Geophysical consultancy services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy

2.1.2 Place of performance

Anywhere
Additional information : A short response time (3 hours) for meetings at the contracting authority ́s different locations in Sandnes kommune is required.

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 6 000 000 Norwegian krone

2.1.4 General information

Call for competition is terminated
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : 1. Construction techniques (RiB)
Description : The contracting authority annually executes several major and minor investment and maintenance projects based on the at any given time applicable action and finance plan, mainly as an execution contract or builder developed turnkey contract. The Contracting Authority intends to enter into framework agreements for consultancy services for engineering design assignments related to buildings. The framework agreements are intended to cover most of the Contracting Authority ́s continual need for consultancy services for the following disciplines: 1. Construction Techniques (RiB) 2. Electro (RiE) 3. Electro automation (RiEaut) 4. Heating, ventilation and sanitation engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechnics (RiG) 8. Environment (RiM) Tenderers shall staff the assignment with a permanent consultant per discipline in the contract period. In addition to the offered permanent consultant, the tenderer can use other personnel with the necessary qualifications to increase capacity, strengthen competence/professional breadth, for routine work or for work of less significant importance for the assignment. The assignments shall be re honorary in accordance with the hours used and in accordance with the agreed rates unless otherwise agreed. In the event of call-offs against the framework agreement, the tenderer is obliged to provide consultancy services in accordance with the contract. The contracting authority intends to enter into parallel framework agreements with up to 3 tenderers per category in prioritised order, provided that there are 3 suitable tenderers and tenders. See part II contract documentation, point C.1.5 for further information. Framework agreement with several tenderers and distribution key. The assignment is further described in Part II of the contract documentation and annexes.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315100 Building-fabric consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71323100 Electrical power systems design services
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71351210 Geophysical consultancy services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy

5.1.2 Place of performance

Anywhere
Additional information : Meet at the contracting authority ́s locations in Sandnes kommune within 3 hours is a contract requirement.

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 60
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 :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Sør-Rogaland tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Sør-Rogaland tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Sør-Rogaland tingrett
Organisation providing additional information about the procurement procedure : Sandnes kommune
Organisation providing offline access to the procurement documents : Sandnes kommune
Organisation whose budget is used to pay for the contract : Sandnes kommune
Organisation executing the payment : Sandnes kommune
Organisation signing the contract : Sandnes kommune

5.1 Lot technical ID : LOT-0002

Title : 2. Electro (RiE)
Description : The contracting authority annually executes several major and minor investment and maintenance projects based on the at any given time applicable action and finance plan, mainly as an execution contract or builder developed turnkey contract. The Contracting Authority intends to enter into framework agreements for consultancy services for engineering design assignments related to buildings. The framework agreements are intended to cover most of the Contracting Authority ́s continual need for consultancy services for the following disciplines: 1. Construction Techniques (RiB) 2. Electro (RiE) 3. Electro automation (RiEaut) 4. Heating, ventilation and sanitation engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechnics (RiG) 8. Environment (RiM) Tenderers shall staff the assignment with a permanent consultant per discipline in the contract period. In addition to the offered permanent consultant, the tenderer can use other personnel with the necessary qualifications to increase capacity, strengthen competence/professional breadth, for routine work or for work of less significant importance for the assignment. The assignments shall be re honorary in accordance with the hours used and in accordance with the agreed rates unless otherwise agreed. In the event of call-offs against the framework agreement, the tenderer is obliged to provide consultancy services in accordance with the contract. The contracting authority intends to enter into parallel framework agreements with up to 3 tenderers per category in prioritised order, provided that there are 3 suitable tenderers and tenders. See part II contract documentation, point C.1.5 for further information. Framework agreement with several tenderers and distribution key. The assignment is further described in Part II of the contract documentation and annexes.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315100 Building-fabric consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71323100 Electrical power systems design services
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71351210 Geophysical consultancy services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy

5.1.2 Place of performance

Anywhere
Additional information : Meet at the contracting authority ́s locations in Sandnes kommune within 3 hours is a contract requirement.

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 60
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 :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Organisation whose budget is used to pay for the contract : Sandnes kommune
Organisation executing the payment : Sandnes kommune
Organisation signing the contract : Sandnes kommune

5.1 Lot technical ID : LOT-0003

Title : 3. Electro automation (RiEaut)
Description : The contracting authority annually executes several major and minor investment and maintenance projects based on the at any given time applicable action and finance plan, mainly as an execution contract or builder developed turnkey contract. The Contracting Authority intends to enter into framework agreements for consultancy services for engineering design assignments related to buildings. The framework agreements are intended to cover most of the Contracting Authority ́s continual need for consultancy services for the following disciplines: 1. Construction Techniques (RiB) 2. Electro (RiE) 3. Electro automation (RiEaut) 4. Heating, ventilation and sanitation engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechnics (RiG) 8. Environment (RiM) Tenderers shall staff the assignment with a permanent consultant per discipline in the contract period. In addition to the offered permanent consultant, the tenderer can use other personnel with the necessary qualifications to increase capacity, strengthen competence/professional breadth, for routine work or for work of less significant importance for the assignment. The assignments shall be re honorary in accordance with the hours used and in accordance with the agreed rates unless otherwise agreed. In the event of call-offs against the framework agreement, the tenderer is obliged to provide consultancy services in accordance with the contract. The contracting authority intends to enter into parallel framework agreements with up to 3 tenderers per category in prioritised order, provided that there are 3 suitable tenderers and tenders. See part II contract documentation, point C.1.5 for further information. Framework agreement with several tenderers and distribution key. The assignment is further described in Part II of the contract documentation and annexes.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315100 Building-fabric consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71323100 Electrical power systems design services
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71351210 Geophysical consultancy services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy

5.1.2 Place of performance

Anywhere
Additional information : Meet at the contracting authority ́s locations in Sandnes kommune within 3 hours is a contract requirement.

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 60
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 :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Organisation whose budget is used to pay for the contract : Sandnes kommune
Organisation executing the payment : Sandnes kommune
Organisation signing the contract : Sandnes kommune

5.1 Lot technical ID : LOT-0004

Title : 4. Heating, ventilation and sanitary engineering (RiV)
Description : The contracting authority annually executes several major and minor investment and maintenance projects based on the at any given time applicable action and finance plan, mainly as an execution contract or builder developed turnkey contract. The Contracting Authority intends to enter into framework agreements for consultancy services for engineering design assignments related to buildings. The framework agreements are intended to cover most of the Contracting Authority ́s continual need for consultancy services for the following disciplines: 1. Construction Techniques (RiB) 2. Electro (RiE) 3. Electro automation (RiEaut) 4. Heating, ventilation and sanitation engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechnics (RiG) 8. Environment (RiM) Tenderers shall staff the assignment with a permanent consultant per discipline in the contract period. In addition to the offered permanent consultant, the tenderer can use other personnel with the necessary qualifications to increase capacity, strengthen competence/professional breadth, for routine work or for work of less significant importance for the assignment. The assignments shall be re honorary in accordance with the hours used and in accordance with the agreed rates unless otherwise agreed. In the event of call-offs against the framework agreement, the tenderer is obliged to provide consultancy services in accordance with the contract. The contracting authority intends to enter into parallel framework agreements with up to 3 tenderers per category in prioritised order, provided that there are 3 suitable tenderers and tenders. See part II contract documentation, point C.1.5 for further information. Framework agreement with several tenderers and distribution key. The assignment is further described in Part II of the contract documentation and annexes.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315100 Building-fabric consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71323100 Electrical power systems design services
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71351210 Geophysical consultancy services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy

5.1.2 Place of performance

Anywhere
Additional information : Meet at the contracting authority ́s locations in Sandnes kommune within 3 hours is a contract requirement.

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 60
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 :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Organisation whose budget is used to pay for the contract : Sandnes kommune
Organisation executing the payment : Sandnes kommune
Organisation signing the contract : Sandnes kommune

5.1 Lot technical ID : LOT-0005

Title : 5. Fire (RiBr)
Description : The contracting authority annually executes several major and minor investment and maintenance projects based on the at any given time applicable action and finance plan, mainly as an execution contract or builder developed turnkey contract. The Contracting Authority intends to enter into framework agreements for consultancy services for engineering design assignments related to buildings. The framework agreements are intended to cover most of the Contracting Authority ́s continual need for consultancy services for the following disciplines: 1. Construction Techniques (RiB) 2. Electro (RiE) 3. Electro automation (RiEaut) 4. Heating, ventilation and sanitation engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechnics (RiG) 8. Environment (RiM) Tenderers shall staff the assignment with a permanent consultant per discipline in the contract period. In addition to the offered permanent consultant, the tenderer can use other personnel with the necessary qualifications to increase capacity, strengthen competence/professional breadth, for routine work or for work of less significant importance for the assignment. The assignments shall be re honorary in accordance with the hours used and in accordance with the agreed rates unless otherwise agreed. In the event of call-offs against the framework agreement, the tenderer is obliged to provide consultancy services in accordance with the contract. The contracting authority intends to enter into parallel framework agreements with up to 3 tenderers per category in prioritised order, provided that there are 3 suitable tenderers and tenders. See part II contract documentation, point C.1.5 for further information. Framework agreement with several tenderers and distribution key. The assignment is further described in Part II of the contract documentation and annexes.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315100 Building-fabric consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71323100 Electrical power systems design services
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71351210 Geophysical consultancy services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy

5.1.2 Place of performance

Anywhere
Additional information : Meet at the contracting authority ́s locations in Sandnes kommune within 3 hours is a contract requirement.

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 7 500 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 60
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 :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Organisation whose budget is used to pay for the contract : Sandnes kommune
Organisation executing the payment : Sandnes kommune
Organisation signing the contract : Sandnes kommune

5.1 Lot technical ID : LOT-0006

Title : 6. Acoustics (RiAku)
Description : The contracting authority annually executes several major and minor investment and maintenance projects based on the at any given time applicable action and finance plan, mainly as an execution contract or builder developed turnkey contract. The Contracting Authority intends to enter into framework agreements for consultancy services for engineering design assignments related to buildings. The framework agreements are intended to cover most of the Contracting Authority ́s continual need for consultancy services for the following disciplines: 1. Construction Techniques (RiB) 2. Electro (RiE) 3. Electro automation (RiEaut) 4. Heating, ventilation and sanitation engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechnics (RiG) 8. Environment (RiM) Tenderers shall staff the assignment with a permanent consultant per discipline in the contract period. In addition to the offered permanent consultant, the tenderer can use other personnel with the necessary qualifications to increase capacity, strengthen competence/professional breadth, for routine work or for work of less significant importance for the assignment. The assignments shall be re honorary in accordance with the hours used and in accordance with the agreed rates unless otherwise agreed. In the event of call-offs against the framework agreement, the tenderer is obliged to provide consultancy services in accordance with the contract. The contracting authority intends to enter into parallel framework agreements with up to 3 tenderers per category in prioritised order, provided that there are 3 suitable tenderers and tenders. See part II contract documentation, point C.1.5 for further information. Framework agreement with several tenderers and distribution key. The assignment is further described in Part II of the contract documentation and annexes.
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315100 Building-fabric consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71323100 Electrical power systems design services
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71351210 Geophysical consultancy services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy

5.1.2 Place of performance

Anywhere
Additional information : Meet at the contracting authority ́s locations in Sandnes kommune within 3 hours is a contract requirement.

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 1 600 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 60
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 :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Organisation whose budget is used to pay for the contract : Sandnes kommune
Organisation executing the payment : Sandnes kommune
Organisation signing the contract : Sandnes kommune

5.1 Lot technical ID : LOT-0007

Title : 7. Geotechniques (RiG)
Description : The contracting authority annually executes several major and minor investment and maintenance projects based on the at any given time applicable action and finance plan, mainly as an execution contract or builder developed turnkey contract. The Contracting Authority intends to enter into framework agreements for consultancy services for engineering design assignments related to buildings. The framework agreements are intended to cover most of the Contracting Authority ́s continual need for consultancy services for the following disciplines: 1. Construction Techniques (RiB) 2. Electro (RiE) 3. Electro automation (RiEaut) 4. Heating, ventilation and sanitation engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechnics (RiG) 8. Environment (RiM) Tenderers shall staff the assignment with a permanent consultant per discipline in the contract period. In addition to the offered permanent consultant, the tenderer can use other personnel with the necessary qualifications to increase capacity, strengthen competence/professional breadth, for routine work or for work of less significant importance for the assignment. The assignments shall be re honorary in accordance with the hours used and in accordance with the agreed rates unless otherwise agreed. In the event of call-offs against the framework agreement, the tenderer is obliged to provide consultancy services in accordance with the contract. The contracting authority intends to enter into parallel framework agreements with up to 3 tenderers per category in prioritised order, provided that there are 3 suitable tenderers and tenders. See part II contract documentation, point C.1.5 for further information. Framework agreement with several tenderers and distribution key. The assignment is further described in Part II of the contract documentation and annexes.
Internal identifier : 7

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315100 Building-fabric consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71323100 Electrical power systems design services
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71351210 Geophysical consultancy services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy

5.1.2 Place of performance

Anywhere
Additional information : Meet at the contracting authority ́s locations in Sandnes kommune within 3 hours is a contract requirement.

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 6 500 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 60
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 :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Organisation whose budget is used to pay for the contract : Sandnes kommune
Organisation executing the payment : Sandnes kommune
Organisation signing the contract : Sandnes kommune

5.1 Lot technical ID : LOT-0008

Title : 8. Environment (RiM)
Description : The contracting authority annually executes several major and minor investment and maintenance projects based on the at any given time applicable action and finance plan, mainly as an execution contract or builder developed turnkey contract. The Contracting Authority intends to enter into framework agreements for consultancy services for engineering design assignments related to buildings. The framework agreements are intended to cover most of the Contracting Authority ́s continual need for consultancy services for the following disciplines: 1. Construction Techniques (RiB) 2. Electro (RiE) 3. Electro automation (RiEaut) 4. Heating, ventilation and sanitation engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechnics (RiG) 8. Environment (RiM) Tenderers shall staff the assignment with a permanent consultant per discipline in the contract period. In addition to the offered permanent consultant, the tenderer can use other personnel with the necessary qualifications to increase capacity, strengthen competence/professional breadth, for routine work or for work of less significant importance for the assignment. The assignments shall be re honorary in accordance with the hours used and in accordance with the agreed rates unless otherwise agreed. In the event of call-offs against the framework agreement, the tenderer is obliged to provide consultancy services in accordance with the contract. The contracting authority intends to enter into parallel framework agreements with up to 3 tenderers per category in prioritised order, provided that there are 3 suitable tenderers and tenders. See part II contract documentation, point C.1.5 for further information. Framework agreement with several tenderers and distribution key. The assignment is further described in Part II of the contract documentation and annexes.
Internal identifier : 8

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315100 Building-fabric consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71323100 Electrical power systems design services
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71351210 Geophysical consultancy services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy

5.1.2 Place of performance

Anywhere
Additional information : Meet at the contracting authority ́s locations in Sandnes kommune within 3 hours is a contract requirement.

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 1 700 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 60
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 :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Organisation whose budget is used to pay for the contract : Sandnes kommune
Organisation executing the payment : Sandnes kommune
Organisation signing the contract : Sandnes kommune

6. Results

Value of all contracts awarded in this notice : 39 029 850 Norwegian krone

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 15 560 705 Norwegian krone
Re-estimated value of the framework agreement : 10 122 200 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : HRP AS
Tender :
Tender identifier : 1. Byggeteknikk (RiB) - HRP AS
Identifier of lot or group of lots : LOT-0001
Value of the result : 5 070 273 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 1. Byggeteknikk (RiB) - HRP AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 19/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : Procon Rådgivende Ingeniører AS
Tender :
Tender identifier : 1. Byggeteknikk (RiB) - Procon Rådgivende Ingeniører AS
Identifier of lot or group of lots : LOT-0001
Value of the result : 5 560 360 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 2
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 1. Byggeteknikk (RiB) - Procon Rådgivende Ingeniører AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 20/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : Prosjektil Konstruksjon AS
Tender :
Tender identifier : 1. Byggeteknikk (RiB) - Prosjektil Konstruksjon AS
Identifier of lot or group of lots : LOT-0001
Value of the result : 4 930 073 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 3
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 1. Byggeteknikk (RiB) - Prosjektil Konstruksjon AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 12/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 10
Range of tenders :
Value of the lowest admissible tender : 3 179 000 Norwegian krone
Value of the highest admissible tender : 3 617 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 10 193 736 Norwegian krone
Re-estimated value of the framework agreement : 6 631 000 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : NIRAS Norge AS
Tender :
Tender identifier : 2. Elektro (RiE) - NIRAS Norge AS
Identifier of lot or group of lots : LOT-0002
Value of the result : 3 105 316 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 2
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 2. Elektro (RiE) - NIRAS Norge AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 04/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : COWI AS
Tender :
Tender identifier : 2. Elektro (RiE) - COWI AS
Identifier of lot or group of lots : LOT-0002
Value of the result : 3 552 665 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 2. Elektro (RiE) - COWI AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 14/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : Norconsult Norge AS
Tender :
Tender identifier : 2. Elektro (RiE) - Norconsult Norge AS
Identifier of lot or group of lots : LOT-0002
Value of the result : 3 535 755 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 3
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 2. Elektro (RiE) - Norconsult Norge AS
Date on which the winner was chosen : 08/01/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune

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
Range of tenders :
Value of the lowest admissible tender : 2 020 000 Norwegian krone
Value of the highest admissible tender : 2 471 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 5 953 905 Norwegian krone
Re-estimated value of the framework agreement : 3 873 000 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : NIRAS Norge AS
Tender :
Tender identifier : 3. Elektro automasjon (RiEaut) - NIRAS Norge AS
Identifier of lot or group of lots : LOT-0003
Value of the result : 1 864 727 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 2
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 3. Elektro automasjon (RiEaut) - NIRAS Norge AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 04/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : Prosjektil AS
Tender :
Tender identifier : 3. Elektro automasjon (RiEaut) - Prosjektil AS
Identifier of lot or group of lots : LOT-0003
Value of the result : 1 952 352 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 3
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 3. Elektro automasjon (RiEaut) - Prosjektil AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 12/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : Ekrheim Elconsult a.s
Tender :
Tender identifier : 3. Elektro automasjon (RiEaut) - Ekrheim Elconsult a.s
Identifier of lot or group of lots : LOT-0003
Value of the result : 2 136 826 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 3. Elektro automasjon (RiEaut) - Ekrheim Elconsult a.s
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 13/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 6
Range of tenders :
Value of the lowest admissible tender : 1 213 000 Norwegian krone
Value of the highest admissible tender : 1 600 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0004

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 5 986 187 Norwegian krone
Re-estimated value of the framework agreement : 3 894 000 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : Multiconsult Norge AS
Tender :
Tender identifier : 4. Varme-, ventilasjons og sanitærteknikk (RiV) - Multiconsult Norge AS
Identifier of lot or group of lots : LOT-0004
Value of the result : 1 976 180 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 4. Varme-, ventilasjons og sanitærteknikk (RiV) - Multiconsult Norge AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 19/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : Errive AS
Tender :
Tender identifier : 4. Varme-, ventilasjons og sanitærteknikk (RiV) - Errive AS
Identifier of lot or group of lots : LOT-0004
Value of the result : 1 960 038 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 2
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 4. Varme-, ventilasjons og sanitærteknikk (RiV) - Errive AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 12/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : COWI AS
Tender :
Tender identifier : 4. Varme-, ventilasjons og sanitærteknikk (RiV) - COWI AS
Identifier of lot or group of lots : LOT-0004
Value of the result : 2 049 969 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 3
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 4. Varme-, ventilasjons og sanitærteknikk (RiV) - COWI AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 17/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune

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
Range of tenders :
Value of the lowest admissible tender : 1 158 500 Norwegian krone
Value of the highest admissible tender : 1 446 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0005

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 6 973 124 Norwegian krone
Re-estimated value of the framework agreement : 4 536 000 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : Multiconsult Norge AS
Tender :
Tender identifier : 5. Brann (RiBr) - Multiconsult Norge AS
Identifier of lot or group of lots : LOT-0005
Value of the result : 2 519 610 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 3
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 5. Brann (RiBr) - Multiconsult Norge AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 19/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : Q Rådgivning AS
Tender :
Tender identifier : 5. Brann (RiBr) - Q Rådgivning AS
Identifier of lot or group of lots : LOT-0005
Value of the result : 2 106 080 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 5. Brann (RiBr) - Q Rådgivning AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 12/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : Omega Areal AS
Tender :
Tender identifier : 5. Brann (RiBr) - Omega Areal AS
Identifier of lot or group of lots : LOT-0005
Value of the result : 2 347 434 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 2
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 5. Brann (RiBr) - Omega Areal AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 12/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune

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
Range of tenders :
Value of the lowest admissible tender : 1 370 000 Norwegian krone
Value of the highest admissible tender : 1 725 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0006

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 1 693 934 Norwegian krone
Re-estimated value of the framework agreement : 1 101 900 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : Multiconsult Norge AS
Tender :
Tender identifier : 6. Akustikk (RiAku) - Multiconsult Norge AS
Identifier of lot or group of lots : LOT-0006
Value of the result : 523 753 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 6. Akustikk (RiAku) - Multiconsult Norge AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 19/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : AFRY Norway AS
Tender :
Tender identifier : 6. Akustikk (RiAku) - AFRY Norway AS
Identifier of lot or group of lots : LOT-0006
Value of the result : 564 184 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 2
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 6. Akustikk (RiAku) - AFRY Norway AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 17/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : BREKKE & STRAND AKUSTIKK AS
Tender :
Tender identifier : 6. Akustikk (RiAku) - BREKKE & STRAND AKUSTIKK AS
Identifier of lot or group of lots : LOT-0006
Value of the result : 605 998 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 3
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 6. Akustikk (RiAku) - BREKKE & STRAND AKUSTIKK AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 19/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 7
Range of tenders :
Value of the lowest admissible tender : 340 700 Norwegian krone
Value of the highest admissible tender : 405 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0007

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 7 312 480 Norwegian krone
Re-estimated value of the framework agreement : 4 756 750 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : HRP AS
Tender :
Tender identifier : 7. Geoteknikk (RiG) - HRP AS
Identifier of lot or group of lots : LOT-0007
Value of the result : 2 275 950 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 3
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 7. Geoteknikk (RiG) - HRP AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 20/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : Multiconsult Norge AS
Tender :
Tender identifier : 7. Geoteknikk (RiG) - Multiconsult Norge AS
Identifier of lot or group of lots : LOT-0007
Value of the result : 2 467 189 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 2
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 7. Geoteknikk (RiG) - Multiconsult Norge AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 19/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : VSO Consulting AS
Tender :
Tender identifier : 7. Geoteknikk (RiG) - VSO Consulting AS
Identifier of lot or group of lots : LOT-0007
Value of the result : 2 569 341 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 7. Geoteknikk (RiG) - VSO Consulting AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 10/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 12
Range of tenders :
Value of the lowest admissible tender : 1 480 500 Norwegian krone
Value of the highest admissible tender : 1 947 500 Norwegian krone

6.1 Result lot ldentifier : LOT-0008

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 6 325 927 Norwegian krone
Re-estimated value of the framework agreement : 4 115 000 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : NIRAS Norge AS
Tender :
Tender identifier : 8. Miljø (RiM) - NIRAS Norge AS
Identifier of lot or group of lots : LOT-0008
Value of the result : 2 029 216 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 8. Miljø (RiM) - NIRAS Norge AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 10/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : Prosjektil AS
Tender :
Tender identifier : 8. Miljø (RiM) - Prosjektil AS
Identifier of lot or group of lots : LOT-0008
Value of the result : 2 044 589 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 2
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 8. Miljø (RiM) - Prosjektil AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 12/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune
Winner :
Official name : ASPLAN VIAK AS
Tender :
Tender identifier : 8. Miljø (RiM) - ASPLAN VIAK AS
Identifier of lot or group of lots : LOT-0008
Value of the result : 2 252 122 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 3
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 8. Miljø (RiM) - ASPLAN VIAK AS
Date on which the winner was chosen : 08/01/2025
Date of the conclusion of the contract : 17/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Sandnes kommune

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 9
Range of tenders :
Value of the lowest admissible tender : 1 310 000 Norwegian krone
Value of the highest admissible tender : 1 492 500 Norwegian krone

8. Organisations

8.1 ORG-0001

Official name : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country : Norway
Contact point : Einar Senstad
Telephone : +47 95790367
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Town : Sandnes
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52004600
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

8.1 ORG-0003

Official name : HRP AS
Registration number : 988889245
Postal address : Dronning Eufemias gate 16
Town : Oslo
Postcode : 0191
Country : Norway
Telephone : +47 46805555
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0007

8.1 ORG-0004

Official name : Procon Rådgivende Ingeniører AS
Registration number : 975874532
Postal address : Sverdrupsgt 23
Town : Stavanger
Postcode : 4007
Country : Norway
Telephone : +47 51569088
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0005

Official name : Prosjektil Konstruksjon AS
Registration number : Prosjektil Konstruksjon AS
Postal address : Gamle Forusveien 1, Gamle Forusveien 1
Town : STAVANGER
Postcode : 4031
Country : Norway
Telephone : +47 92897291
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0006

Official name : NIRAS Norge AS
Registration number : 992152265
Postal address : Lervigsveien 25
Town : Stavanger
Postcode : 4014
Country : Norway
Telephone : +47 45672580
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002 LOT-0003 LOT-0008

8.1 ORG-0007

Official name : COWI AS
Registration number : NO979364857MVA
Postal address : Karvesvingen 2
Town : OSLO
Postcode : 0579
Country : Norway
Telephone : +47 48234246
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002 LOT-0004

8.1 ORG-0008

Official name : Norconsult Norge AS
Registration number : 962392687
Postal address : Postboks 130
Town : Stavanger
Postcode : 4068
Country : Norway
Telephone : +47 97568342
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0009

Official name : Prosjektil AS
Registration number : 982 314 097
Postal address : Gamle Forusveien 1, 4031 Stavanger
Town : Stavanger
Postcode : 4031
Country : Norway
Telephone : +47 91878245
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003 LOT-0008

8.1 ORG-0010

Official name : Ekrheim Elconsult a.s
Registration number : 932 935 074
Postal address : Auglendsmyrå 6
Town : Stavanger
Postcode : 4016
Country : Norway
Telephone : +47 91772282
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003

8.1 ORG-0011

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-0004 LOT-0005 LOT-0006 LOT-0007

8.1 ORG-0012

Official name : Errive AS
Registration number : 997728173
Postal address : Nedre Strandgate 41
Town : Stavanger
Postcode : 4005
Country : Norway
Telephone : +47 98807278
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0004

8.1 ORG-0013

Official name : Q Rådgivning AS
Registration number : 932935031
Postal address : Kirkegata 133
Town : Haugesund
Postcode : 5527
Country : Norway
Telephone : +47 47653335
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0005

8.1 ORG-0014

Official name : Omega Areal AS
Registration number : 986930264
Postal address : Kvassanesvegen 4
Town : ØLENSVÅG
Postcode : 5582
Country : Norway
Telephone : +47 91868690
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0005

8.1 ORG-0015

Official name : AFRY Norway AS
Registration number : 915 229 719
Postal address : Lilleakerveien 8
Town : Oslo
Postcode : 0283
Country : Norway
Telephone : +47 24101010
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0006

8.1 ORG-0016

Official name : BREKKE & STRAND AKUSTIKK AS
Registration number : 916863071
Postal address : Hovfaret 17b
Town : Oslo
Postcode : 0275
Country : Norway
Telephone : +47 46430068
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0006

8.1 ORG-0017

Official name : VSO Consulting AS
Registration number : 997325230
Postal address : Furusethgata 5
Town : Jessheim
Postcode : 2050
Country : Norway
Email : vso@vso.no
Telephone : +47 91797301
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0007

8.1 ORG-0018

Official name : ASPLAN VIAK AS
Registration number : 910209205
Postal address : Kjørboveien 20, Postboks 24
Town : Sandvika
Postcode : 1337
Country : Norway
Telephone : +47 91693707
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0008

11. Notice information

11.1 Notice information

Notice identifier/version : 34f04cde-c338-45b0-a4d0-5270b5d572ca - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 05/03/2025 09:41 +00:00
Notice dispatch date (eSender) : 05/03/2025 11:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00146108-2025
OJ S issue number : 46/2025
Publication date : 06/03/2025