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: 71310000 Servicios de consultoría en ingeniería y construcción, 71311000 Servicios de consultoría en ingeniería civil, 71311300 Servicios de consultoría en infraestructura, 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, 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, 71318000 Servicios de asesoramiento y consultoría en ingeniería, 71320000 Servicios de diseño técnico, 71321000 Servicios de diseño técnico de instalaciones mecánicas y eléctricas para edificios, 71321200 Servicios de diseño de sistemas de calefacción, 71321300 Servicios de consultoría en fontanería, 71321400 Servicios de consultoría en ventilación, 71322000 Servicios de diseño técnico para la construcción de obras de ingeniería civil, 71322200 Servicios de diseño de tuberías, 71323100 Servicios de diseño de sistemas eléctricos, 71325000 Servicios de proyecto de cimientos, 71327000 Servicios de diseño de la estructura, 71351200 Servicios de consultoría en materia geológica y geofísica, 71351210 Servicios de consultoría en geofísica, 71351220 Servicios de consultoría en geología, 71530000 Servicios de consultoría en materia de construcción, 71800000 Servicios de consultoría en suministro de agua y en materia de desechos
Plazo:
23 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreements consultancy services: Engineering design assignments building
Organismo adjudicador:
Sandnes kommune
Número de premio:
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 sanitary engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechniques (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
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

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 : See ESPD.
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-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 sanitary engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechniques (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

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 5.5: The tenderer ́s economic and financial capacity.
Description : Tenderers shall have settled financial conditions and the financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 5.4 The organisational and legal standing of the tenderer
Description : 5.4.1.: Tenderers shall be a legally established company. 5.4.2: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.1: Requirements regarding the tenderer's experience
Description : Tenderers shall have experience from at least two relevant assignments for the provision of consultancy services in each of the disciplines included in the tender, as regards the extent and degree of difficulty. The assignments must be carried out in construction projects that have been completed in the last 5 years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.2: Requirements regarding the tenderer's capacity
Description : The contracting authority requires that the tenderer has sufficient capacity to carry out the estimated number of assignments within the categories that the tender applies to, as described in the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.3: Requirements regarding quality assurance system.
Description : Tenderers are required to have a quality assurance system adapted to the delivery ́s complexity, risk and aim.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.4: Requirements regarding the environmental management system.
Description : The tenderer is required to have an environmental management system suitable for the delivery ́s environmental properties, complexity and risk.
Use of this criterion : Used

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 :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 10/09/2024 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
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 23/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 158 Day
Information about public opening :
Opening date : 23/09/2024 11:00 +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 : yes
Electronic payment will be used : yes

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
Electronic auction : no

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 receiving requests to participate : Sandnes kommune
Organisation processing tenders : 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 sanitary engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechniques (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

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 5.5: The tenderer ́s economic and financial capacity.
Description : Tenderers shall have settled financial conditions and the financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 5.4 The organisational and legal standing of the tenderer
Description : 5.4.1.: Tenderers shall be a legally established company. 5.4.2: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.1: Requirements regarding the tenderer's experience
Description : Tenderers shall have experience from at least two relevant assignments for the provision of consultancy services in each of the disciplines included in the tender, as regards the extent and degree of difficulty. The assignments must be carried out in construction projects that have been completed in the last 5 years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.2: Requirements regarding the tenderer's capacity
Description : The contracting authority requires that the tenderer has sufficient capacity to carry out the estimated number of assignments within the categories that the tender applies to, as described in the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.3: Requirements regarding quality assurance system.
Description : Tenderers are required to have a quality assurance system adapted to the delivery ́s complexity, risk and aim.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.4: Requirements regarding the environmental management system.
Description : The tenderer is required to have an environmental management system suitable for the delivery ́s environmental properties, complexity and risk.
Use of this criterion : Used

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 :

5.1.11 Procurement documents

Deadline for requesting additional information : 10/09/2024 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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 23/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 158 Day
Information about public opening :
Opening date : 23/09/2024 11:00 +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 : yes
Electronic payment will be used : yes

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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Organisation receiving requests to participate : Sandnes kommune
Organisation processing tenders : 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 sanitary engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechniques (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

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 5.5: The tenderer ́s economic and financial capacity.
Description : Tenderers shall have settled financial conditions and the financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 5.4 The organisational and legal standing of the tenderer
Description : 5.4.1.: Tenderers shall be a legally established company. 5.4.2: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.1: Requirements regarding the tenderer's experience
Description : Tenderers shall have experience from at least two relevant assignments for the provision of consultancy services in each of the disciplines included in the tender, as regards the extent and degree of difficulty. The assignments must be carried out in construction projects that have been completed in the last 5 years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.2: Requirements regarding the tenderer's capacity
Description : The contracting authority requires that the tenderer has sufficient capacity to carry out the estimated number of assignments within the categories that the tender applies to, as described in the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.3: Requirements regarding quality assurance system.
Description : Tenderers are required to have a quality assurance system adapted to the delivery ́s complexity, risk and aim.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.4: Requirements regarding the environmental management system.
Description : The tenderer is required to have an environmental management system suitable for the delivery ́s environmental properties, complexity and risk.
Use of this criterion : Used

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 :

5.1.11 Procurement documents

Deadline for requesting additional information : 10/09/2024 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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 23/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 158 Day
Information about public opening :
Opening date : 23/09/2024 11:00 +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 : yes
Electronic payment will be used : yes

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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Organisation receiving requests to participate : Sandnes kommune
Organisation processing tenders : 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 sanitary engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechniques (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

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 5.5: The tenderer ́s economic and financial capacity.
Description : Tenderers shall have settled financial conditions and the financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 5.4 The organisational and legal standing of the tenderer
Description : 5.4.1.: Tenderers shall be a legally established company. 5.4.2: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.1: Requirements regarding the tenderer's experience
Description : Tenderers shall have experience from at least two relevant assignments for the provision of consultancy services in each of the disciplines included in the tender, as regards the extent and degree of difficulty. The assignments must be carried out in construction projects that have been completed in the last 5 years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.2: Requirements regarding the tenderer's capacity
Description : The contracting authority requires that the tenderer has sufficient capacity to carry out the estimated number of assignments within the categories that the tender applies to, as described in the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.3: Requirements regarding quality assurance system.
Description : Tenderers are required to have a quality assurance system adapted to the delivery ́s complexity, risk and aim.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.4: Requirements regarding the environmental management system.
Description : The tenderer is required to have an environmental management system suitable for the delivery ́s environmental properties, complexity and risk.
Use of this criterion : Used

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 :

5.1.11 Procurement documents

Deadline for requesting additional information : 10/09/2024 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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 23/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 158 Day
Information about public opening :
Opening date : 23/09/2024 11:00 +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 : yes
Electronic payment will be used : yes

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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett

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 sanitary engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechniques (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

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 5.5: The tenderer ́s economic and financial capacity.
Description : Tenderers shall have settled financial conditions and the financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 5.4 The organisational and legal standing of the tenderer
Description : 5.4.1.: Tenderers shall be a legally established company. 5.4.2: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.1: Requirements regarding the tenderer's experience
Description : Tenderers shall have experience from at least two relevant assignments for the provision of consultancy services in each of the disciplines included in the tender, as regards the extent and degree of difficulty. The assignments must be carried out in construction projects that have been completed in the last 5 years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.2: Requirements regarding the tenderer's capacity
Description : The contracting authority requires that the tenderer has sufficient capacity to carry out the estimated number of assignments within the categories that the tender applies to, as described in the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.3: Requirements regarding quality assurance system.
Description : Tenderers are required to have a quality assurance system adapted to the delivery ́s complexity, risk and aim.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.4: Requirements regarding the environmental management system.
Description : The tenderer is required to have an environmental management system suitable for the delivery ́s environmental properties, complexity and risk.
Use of this criterion : Used

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 :

5.1.11 Procurement documents

Deadline for requesting additional information : 10/09/2024 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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 23/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 158 Day
Information about public opening :
Opening date : 23/09/2024 11:00 +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 : yes
Electronic payment will be used : yes

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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett

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 sanitary engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechniques (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

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 5.5: The tenderer ́s economic and financial capacity.
Description : Tenderers shall have settled financial conditions and the financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 5.4 The organisational and legal standing of the tenderer
Description : 5.4.1.: Tenderers shall be a legally established company. 5.4.2: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.1: Requirements regarding the tenderer's experience
Description : Tenderers shall have experience from at least two relevant assignments for the provision of consultancy services in each of the disciplines included in the tender, as regards the extent and degree of difficulty. The assignments must be carried out in construction projects that have been completed in the last 5 years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.2: Requirements regarding the tenderer's capacity
Description : The contracting authority requires that the tenderer has sufficient capacity to carry out the estimated number of assignments within the categories that the tender applies to, as described in the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.3: Requirements regarding quality assurance system.
Description : Tenderers are required to have a quality assurance system adapted to the delivery ́s complexity, risk and aim.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.4: Requirements regarding the environmental management system.
Description : The tenderer is required to have an environmental management system suitable for the delivery ́s environmental properties, complexity and risk.
Use of this criterion : Used

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 :

5.1.11 Procurement documents

Deadline for requesting additional information : 10/09/2024 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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 23/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 158 Day
Information about public opening :
Opening date : 23/09/2024 11:00 +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 : yes
Electronic payment will be used : yes

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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett

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 sanitary engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechniques (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

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 5.5: The tenderer ́s economic and financial capacity.
Description : Tenderers shall have settled financial conditions and the financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 5.4 The organisational and legal standing of the tenderer
Description : 5.4.1.: Tenderers shall be a legally established company. 5.4.2: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.1: Requirements regarding the tenderer's experience
Description : Tenderers shall have experience from at least two relevant assignments for the provision of consultancy services in each of the disciplines included in the tender, as regards the extent and degree of difficulty. The assignments must be carried out in construction projects that have been completed in the last 5 years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.2: Requirements regarding the tenderer's capacity
Description : The contracting authority requires that the tenderer has sufficient capacity to carry out the estimated number of assignments within the categories that the tender applies to, as described in the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.3: Requirements regarding quality assurance system.
Description : Tenderers are required to have a quality assurance system adapted to the delivery ́s complexity, risk and aim.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.4: Requirements regarding the environmental management system.
Description : The tenderer is required to have an environmental management system suitable for the delivery ́s environmental properties, complexity and risk.
Use of this criterion : Used

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 :

5.1.11 Procurement documents

Deadline for requesting additional information : 10/09/2024 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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 23/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 158 Day
Information about public opening :
Opening date : 23/09/2024 11:00 +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 : yes
Electronic payment will be used : yes

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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett

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 sanitary engineering (RiV) 5. Fire (RiBr) 6. Acoustics (RiAku) 7. Geotechniques (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

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 5.5: The tenderer ́s economic and financial capacity.
Description : Tenderers shall have settled financial conditions and the financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 5.4 The organisational and legal standing of the tenderer
Description : 5.4.1.: Tenderers shall be a legally established company. 5.4.2: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.1: Requirements regarding the tenderer's experience
Description : Tenderers shall have experience from at least two relevant assignments for the provision of consultancy services in each of the disciplines included in the tender, as regards the extent and degree of difficulty. The assignments must be carried out in construction projects that have been completed in the last 5 years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.2: Requirements regarding the tenderer's capacity
Description : The contracting authority requires that the tenderer has sufficient capacity to carry out the estimated number of assignments within the categories that the tender applies to, as described in the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.3: Requirements regarding quality assurance system.
Description : Tenderers are required to have a quality assurance system adapted to the delivery ́s complexity, risk and aim.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.6.4: Requirements regarding the environmental management system.
Description : The tenderer is required to have an environmental management system suitable for the delivery ́s environmental properties, complexity and risk.
Use of this criterion : Used

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 :

5.1.11 Procurement documents

Deadline for requesting additional information : 10/09/2024 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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 23/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 158 Day
Information about public opening :
Opening date : 23/09/2024 11:00 +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 : yes
Electronic payment will be used : yes

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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett

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 receiving requests to participate
Organisation processing tenders

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

11. Notice information

11.1 Notice information

Notice identifier/version : 9b03fd54-a034-4fc8-9a5d-cd6b1c47198e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/08/2024 12:45 +00:00
Notice dispatch date (eSender) : 19/08/2024 13:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00501744-2024
OJ S issue number : 162/2024
Publication date : 21/08/2024