Framework agreement for consultancy and engineering design services.

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

CPV: 71336000 Servicios complementarios de ingeniería, 71000000 Servicios de arquitectura, construcción, ingeniería e inspección, 71240000 Servicios de arquitectura, ingeniería y planificación, 71310000 Servicios de consultoría en ingeniería y construcción, 71300000 Servicios de ingeniería, 71311000 Servicios de consultoría en ingeniería civil, 71313400 Evaluación del impacto ambiental para la construcción, 71315200 Servicios de consultoría en materia de edificios, 71317100 Servicios de consultoría en protección y control de incendios y explosiones, 71318000 Servicios de asesoramiento y consultoría en ingeniería, 71320000 Servicios de diseño técnico, 71322000 Servicios de diseño técnico para la construcción de obras de ingeniería civil, 71330000 Servicios diversos de ingeniería, 71340000 Servicios integrados de ingeniería, 71541000 Servicios de gestión de proyectos de construcción, 72224000 Servicios de consultoría en gestión de proyectos, 75112100 Servicios de administración de proyectos de desarrollo, 90712100 Planificación del desarrollo medioambiental urbano, 90713000 Servicios de asesoramiento sobre asuntos ambientales
Plazo:
14 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for consultancy and engineering design services.
Organismo adjudicador:
Bergen Havn AS
Número de premio:
24/00233

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Framework agreement for consultancy and engineering design services.
Description : Development of the port areas in Dokken and Jekteviken and the relocation of Bergen Port require further reviews, plan processes and engineering design. Based on this, Bergen Port needs to establish a framework agreement with one tenderer who has a multi-disciplinary consultancy environment who can offer a complete delivery of the following consultancy services (sub-areas): 1. Assistance with planning and regulating work 2. Engineering design services for and preparation of the tender documentation for new development projects.
Procedure identifier : 83597043-e5e6-4b97-8220-6cf86fb6f7d9
Internal identifier : 24/00233
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

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

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

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

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

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

5. Lot

5.1 Lot technical ID : LOT-0000

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

5.1.1 Purpose

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

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

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

5.1.5 Value

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

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 5.4.2 The tenderer ́s economic and financial capacity:
Description : Tenderers shall have sufficient economic and financial capacity to carry out the contract. A credit rating equal to AA (good credit rating) or better, measured against Bisnode Norway AS ́s AAA rating system, or an equivalent score from other equivalent rating company.
Use of this criterion : Used
Criterion :
Type : Other
Name : 5.4.5 Quality assurance and environmental management.
Description : Requirement for a quality assurance system. Tenderers shall have a good and well-functioning quality management system, based on in ISO 9001:2015 or equivalent. The system shall be subject to regular audit. Environmental management system requirements Tenderers shall have an established environmental management system, based on ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for environmental management), Eco-lighthouse programme or equivalent. The system shall be subject to regular audits.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registrations, authorisations, etc.
Description : The tenderer must be a legally established company, or be a community of suppliers who are legally established companies.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.4.3 The tenderer ́s technical and professional qualifications - experience:
Description : Tenderers shall have experience from assignments of an equivalent nature, complexity and extent. Tenderers must, in the description, show experience from at least two relevant assignments. within port related infrastructure development.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.4.4 The tenderer ́s technical and professional qualifications - capacity and competence.
Description : Tenderers shall have sufficient capacity and implementation ability to fulfil the contractual obligations. Tenderers must, as a minimum, have access to consultants within the following disciplines: Requirements for disciplines: • Planning and zoning disciplines • Project and engineering design management • Responsible applicant (SEARCH) • Geotechniques • Consultant engineer for construction engineering/building physics (RIB/RIBFY) • Consultant engineer for HVAC (RIV) • Consultant engineer for water and sewage (RIVA) • Consultant engineer for electro (RIE) • Consultant engineer for fire (RIBr) • Consultant engineer for environment (RIM) • Consultant engineer for energy (RIEn) • Architect (ARK) • Landscape architect (LARK)
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 14/10/2024 10:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 14/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 14/10/2024 10:10 +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 : nobody
Financial arrangement : nobody

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

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

8. Organisations

8.1 ORG-0001

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

8.1 ORG-0002

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

8.1 ORG-0003

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

11. Notice information

11.1 Notice information

Notice identifier/version : 2c6be441-9793-44e7-a946-66a32341aeb9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/09/2024 15:19 +00:00
Notice dispatch date (eSender) : 04/09/2024 16:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00536231-2024
OJ S issue number : 174/2024
Publication date : 06/09/2024