R01720 - Framework agreement Project administrative assistance - Prequalification

The Norwegian Defence Estates Agency shall enter into a framework agreement for project administrative assistance with one tenderer for projects mainly related to the Norwegian Armed Forces' air stations. The competition will be held as a negotiated procedure. In the prequalification phase, an application shall be submitted with documentation as …

CPV: 71240000 Architectural, engineering and planning services, 71241000 Feasibility study, advisory service, analysis, 71242000 Project and design preparation, estimation of costs, 71243000 Draft plans (systems and integration), 71244000 Calculation of costs, monitoring of costs, 71245000 Approval plans, working drawings and specifications, 71310000 Consultative engineering and construction services, 71246000 Determining and listing of quantities in construction, 71247000 Supervision of building work, 71248000 Supervision of project and documentation, 71318000 Advisory and consultative engineering services, 71500000 Construction-related services, 71530000 Construction consultancy services, 71540000 Construction management services
Place of execution:
R01720 - Framework agreement Project administrative assistance - Prequalification
Awarding body:
Forsvarsbygg
Award number:
2024/6965

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg

2. Procedure

2.1 Procedure

Title : R01720 - Framework agreement Project administrative assistance - Prequalification
Description : The Norwegian Defence Estates Agency shall enter into a framework agreement for project administrative assistance with one tenderer for projects mainly related to the Norwegian Armed Forces' air stations. The competition will be held as a negotiated procedure. In the prequalification phase, an application shall be submitted with documentation as stated in the tender documentation.
Procedure identifier : 6d513390-9be8-4456-ac25-ff30d02d4ff5
Internal identifier : 2024/6965
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
Additional classification ( cpv ): 71242000 Project and design preparation, estimation of costs
Additional classification ( cpv ): 71243000 Draft plans (systems and integration)
Additional classification ( cpv ): 71244000 Calculation of costs, monitoring of costs
Additional classification ( cpv ): 71245000 Approval plans, working drawings and specifications
Additional classification ( cpv ): 71246000 Determining and listing of quantities in construction
Additional classification ( cpv ): 71247000 Supervision of building work
Additional classification ( cpv ): 71248000 Supervision of project and documentation
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71540000 Construction management services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2009/81/EC
Forsvar og sikkerhet -

5. Lot

5.1 Lot technical ID : LOT-0000

Title : R01720 - Framework agreement Project administrative assistance - Prequalification
Description : The Norwegian Defence Estates Agency shall enter into a framework agreement for project administrative assistance with one tenderer for projects mainly related to the Norwegian Armed Forces' air stations. The competition will be held as a negotiated procedure. In the prequalification phase, an application shall be submitted with documentation as stated in the tender documentation.
Internal identifier : 2024/6965

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
Additional classification ( cpv ): 71242000 Project and design preparation, estimation of costs
Additional classification ( cpv ): 71243000 Draft plans (systems and integration)
Additional classification ( cpv ): 71244000 Calculation of costs, monitoring of costs
Additional classification ( cpv ): 71245000 Approval plans, working drawings and specifications
Additional classification ( cpv ): 71246000 Determining and listing of quantities in construction
Additional classification ( cpv ): 71247000 Supervision of building work
Additional classification ( cpv ): 71248000 Supervision of project and documentation
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71540000 Construction management services

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.4 Renewal

Maximum renewals : 3

5.1.6 General information

Reserved participation : Participation is not reserved.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Tenderers shall be credit worthy.
Description : Credit rating of the tenderer, not older than 6 months calculated from the deadline for receipt of tenders. The credit rating shall include an assessment of the tenderer's payment history/reliability. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted for that company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Tenderers shall have a well-functioning quality assurance/management system for the service and an environmental management system.
Description : Certification certificate for the relevant quality assurance standard, for example ISO 9001 or equivalent. Documentation of the environmental management system as a valid certificate/certificate issued by an independent body, for example ISO 14001, EMAS, Miljøfyrtårn or equivalent. Other certificates issued by bodies in other EEA states that comply with the community rules or relevant European or international standards on certification can also be submitted. Or a brief description of the tenderer's quality assurance/environmental management system for handling and implementation of the framework agreement. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer shall have the tax and duty payments in order.
Description : 'Tax and VAT certificate' (RF-1316). The certificate can be ordered via www.altinn.no. The certificate shall not be older than 6 months from the tender deadline. (only applies to Norwegian tenderers)
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : The tenderer (as a company) shall have very good competence within project support services on building and construction projects. Tenderers shall have relevant experience from assignments of an equivalent nature, scope and complexity.
Description : A list of the most important relevant deliveries or services performed (limited to the last five years). The list shall provide information about the tenderer's role in the reference project, as well as the value, date and name of the public or private recipients. Complete annex 5a. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have sufficient geographical delivery capacity to carry out assignments under the framework agreement.
Description : Overview of the number of resources that the tenderer has at his disposal for each air station/base. Complete annex 5b. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/247913984.aspx

5.1.12 Terms of procurement

Terms of submission :
Obligatory indication of subcontracting : The share of the contract that the tenderer intends to subcontract
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 03/03/2025 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
Legal form that must be taken by a group of tenderers that is awarded a contract : See the tender documentation
Financial arrangement : No
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Electronic auction : no

8. Organisations

8.1 ORG-0001

Official name : Forsvarsbygg
Registration number : 975950662
Postal address : Grev Wedels plass 5
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Birgitte Sande Riise
Telephone : 45449900
Internet address : http://www.forsvarsbygg.no
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : c01fc7d4-f920-4288-a92f-61abd061adf6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/01/2025 14:54 +00:00
Notice dispatch date (eSender) : 29/01/2025 15:06 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00068159-2025
OJ S issue number : 22/2025
Publication date : 31/01/2025