Builder and process consultancy services in connection with: establishment of universitetssykehjemmet

The main aim of this procurement is to cover Grimstad municipality ́s need for builder and process consultancy services in connection with. establishment of universitetssykehjemmet. The assistance shall primarily be provided by two main resources: one consultant who will primarily assist with project, process and construction consultant (builder consultant) and …

CPV: 71315200 Servicios de consultoría en materia de edificios, 45215000 Trabajos de construcción de edificios relacionados con la salud y los servicios sociales, de crematorios y aseos públicos, 45215100 Trabajos de construcción de edificios relacionados con la salud, 71300000 Servicios de ingeniería, 71310000 Servicios de consultoría en ingeniería y construcción, 71311000 Servicios de consultoría en ingeniería civil, 71312000 Servicios de consultoría en ingeniería de estructuras, 71313000 Servicios de consultoría en ingeniería ambiental, 71313100 Servicios de consultoría en control del ruido, 71313200 Servicios de consultoría en aislamiento acústico y acústica arquitectural, 71314300 Servicios de consultoría en rendimiento energético, 71315000 Instalaciones técnicas de edificios, 71315100 Servicios de consultoría en construcción de edificios, 71315210 Servicios de consultoría en acometidas de edificios, 71316000 Servicios de consultoría en telecomunicaciones, 71317000 Servicios de consultoría en protección y control de riesgos, 71317100 Servicios de consultoría en protección y control de incendios y explosiones, 71317210 Servicios de consultoría en salud y seguridad, 71320000 Servicios de diseño técnico, 71321300 Servicios de consultoría en fontanería, 71321400 Servicios de consultoría en ventilación, 71530000 Servicios de consultoría en materia de construcción, 72130000 Servicios de consultoría en planificación de instalaciones informáticas, 72224000 Servicios de consultoría en gestión de proyectos, 85312320 Servicios de asesoramiento
Lugar de ejecución:
Builder and process consultancy services in connection with: establishment of universitetssykehjemmet
Organismo adjudicador:
Grimstad kommune
Número de premio:
TBA

1. Buyer

1.1 Buyer

Official name : Grimstad 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 : Builder and process consultancy services in connection with: establishment of universitetssykehjemmet
Description : The main aim of this procurement is to cover Grimstad municipality ́s need for builder and process consultancy services in connection with. establishment of universitetssykehjemmet. The assistance shall primarily be provided by two main resources: one consultant who will primarily assist with project, process and construction consultant (builder consultant) and one consultant who shall primarily assist with health and health process consultancy services (health professional consultant). A dedicated support resource shall also be offered beyond the two main resources, which will primarily work under the builder consultant. In addition there will be a need to draw on other competence from tenderers within disciplines such as law, finance, public procurements, technical disciplines, climate and environment etc. Firstly, assistance shall be provided in connection with the concept evaluation phase, where relevant assignments will i.a. be designing documents for political meetings, project and process management, quality assurance, follow-up of progress and finance, as well as general project and process advice for the municipality's project managers. The contract includes an option to extend the assistance further for the collaboration, execution and completion phase of the project for the establishment of universitetssykehjemmet. See part II for further information on the contents of the procurement.
Procedure identifier : 7c930cf1-526d-4202-936f-0598fd3ea0e1
Internal identifier : TBA
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 : The procurement will be made in accordance with the current Law 17 June 2016 no. 73 on public procurements (LOA) and the regulations 12 August 2016 no. 974 on public procurements (FOA) parts I and III. The procurement will be carried out as a negotiated procedure after a prior notice, cf. the Public Procurement Regulations § 13-1 (2). This procedure will be initiated with a qualification phase (phase 1), in which tenderers shall submit documentation of fulfilment of the qualification requirements. All interested suppliers have the option to submit a request for participation in the competition. Of the qualified tenderers, five will be invited to submit tenders in the next stage of the procurement procedure (phase 2), cf. point 9.2. Only tenderers who fulfil the qualification requirements and who are invited will be able to submit a tender (phase 2). After receipt of tenders in phase 2, all tenders will be subject to an initial evaluation before the contracting authority will call for negotiations. The contracting authority reserves the right to award the contract without negotiations. The contracting authority plans to hold negotiations with one or several of the tenderers who submit tenders for the competition, provided that a sufficient number of tenders are received. The negotiations can be held in meetings, in writing or oral, and can apply to all sides of the tenders. The selection of who will be negotiated will be made after an assessment of the award criteria. It is planned to have negotiations with a maximum of 3 suppliers. Negotiations will not be carried out if the contracting authority, after the tenders have been received, considers that negotiations are not appropriate. Dialogue in the form of corrections/clarifications will be carried out if needed. After negotiations and any updated tenders, the final evaluation of the tenders will be made and the contract will be awarded.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences
Additional classification ( cpv ): 45215100 Construction work for buildings relating to health
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 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 ): 71315000 Building 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 ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 72130000 Computer-site planning consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 85312320 Counselling services

2.1.2 Place of performance

Town : Grimstad
Country subdivision (NUTS) : Agder ( NO092 )

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : The following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: • § 24-2 (2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. • § 24-2 (3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Builder and process consultancy services in connection with: establishment of universitetssykehjemmet
Description : The main aim of this procurement is to cover Grimstad municipality ́s need for builder and process consultancy services in connection with. establishment of universitetssykehjemmet. The assistance shall primarily be provided by two main resources: one consultant who will primarily assist with project, process and construction consultant (builder consultant) and one consultant who shall primarily assist with health and health process consultancy services (health professional consultant). A dedicated support resource shall also be offered beyond the two main resources, which will primarily work under the builder consultant. In addition there will be a need to draw on other competence from tenderers within disciplines such as law, finance, public procurements, technical disciplines, climate and environment etc. Firstly, assistance shall be provided in connection with the concept evaluation phase, where relevant assignments will i.a. be designing documents for political meetings, project and process management, quality assurance, follow-up of progress and finance, as well as general project and process advice for the municipality's project managers. The contract includes an option to extend the assistance further for the collaboration, execution and completion phase of the project for the establishment of universitetssykehjemmet. See part II for further information on the contents of the procurement.
Internal identifier : TBA

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences
Additional classification ( cpv ): 45215100 Construction work for buildings relating to health
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 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 ): 71315000 Building 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 ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 72130000 Computer-site planning consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 85312320 Counselling services
Options :
Description of the options : The contract includes an option to extend the assistance further for the collaboration, execution and completion phase of the project for the establishment of universitetssykehjemmet.

5.1.2 Place of performance

Town : Grimstad
Country subdivision (NUTS) : Agder ( NO092 )
Additional information :

5.1.3 Estimated duration

Duration : 18 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial position requirements
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contract. In order to have sufficient capacity, the following must be met: • Minimum rating of level "A" in Dun & Bradstreet Risk Guardian Suite Documentation Requirement: The Contracting Authority will carry out credit analysis through its credit analysis tool Dun & Bradstreet Risk Guardian Suite.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance and environmental management requirements.
Description : Tenderers shall have good routines for quality management. Documentation requirement: Documentation shall be given in one of the following ways: Alternative 1: Description of the company's routines regarding quality management, with emphasis on quality assurance, resource management, manager's responsibility and continuous analysis and improvement. Alternative 2: If a tenderer is certified in accordance with ISO 9001:2015 or equivalent, it will be sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance and environmental management requirements.
Description : Tenderers shall have implemented a good environmental management system suitable for the procurement ́s distinctive character and nature. Documentation requirement: Documentation shall be given in one of the following ways: Alternative 1: Description of the environmental management system that is implemented in the company. Alternative 2: If the tenderer is certified in accordance with ISO 14001:2015, EMAS, Miljøfyrtårn or equivalent third-party verified systems, it will be sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration, authorisation etc. requirements.
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate • Foreign companies: Confirmation that the company is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements regarding technical and professional qualifications.
Description : Tenderers are required to have relevant experience with the execution of similar assignments. Similar assignments mean builder consultancy services for public purpose-built buildings with a project value of more than NOK 300,000,000 where the concept phase is completed and the project is being executed or completed. Documentation requirement: A description of up to 3 reference projects carried out by the tenderer in the last 5 years with information on: - The project name - the contracting authority ́s name and contact information - Date of the execution - The size of the contract - Contract form - the company ́s delivery in the project - The project ́s nature, size, cost and complexity shall be submitted as a part of the request for participation (application). Use part I Annex 5. The contracting authority reserves the right to contact the references for confirmation of the provided information. It is the tenderer ́s responsibility to document relevance through the description.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Competence and experience
Description : The offered main resources ́ competence and experience will be assessed under this criteria.
Weight (percentage, middle of a range) : 45
Criterion :
Type : Quality
Name : Quality
Description : Under this criteria, the tenderer's solution description will be assessed, in which the tenderer shall describe how it can add value to the project, how it will contribute to the project's success, and how it commits to carrying out the work to ensure the best possible safeguarding of the contracting authority ́s needs. In the evaluation, concrete measures and the degree of obligation will be conditions that will be emphasised.
Weight (percentage, middle of a range) : 25
Criterion :
Type : Price
Name : Price
Description : The offered hourly rates and attendance costs are assessed under this criteria.
Weight (percentage, middle of a range) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 04/04/2025 10:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 22/04/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 14/04/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett
Organisation receiving requests to participate : Grimstad kommune
Organisation processing tenders : Grimstad kommune

8. Organisations

8.1 ORG-0001

Official name : Grimstad kommune
Registration number : 864 964 702
Postal address : Arendalsveien 23
Town : Grimstad
Postcode : 4878
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Jørgen P. Justvik
Telephone : +47 91795683
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Agder Tingrett
Registration number : 926723480
Town : Kristiansand
Country : Norway
Telephone : 38176300
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 0b3ff4ad-18f3-4d64-aeb5-c7827da460e6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/03/2025 11:29 +00:00
Notice dispatch date (eSender) : 14/03/2025 10:03 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00171157-2025
OJ S issue number : 53/2025
Publication date : 17/03/2025