R01772 - Prequalification - Framework agreement for an engineering design group for project implementation, Fleet plan 2024 Haakonsvern Bergen.

The Norwegian Defence Estates Agency invites tenderers to submit an application for participation in a negotiated procedure (two-stage procedure), for the following services/projects: Framework agreement for an engineering design group for project implementation, Fleet Plan 2024, Haakonsvern in Bergen municipality. The framework agreement shall contribute to cover the contracting authority …

CPV: 71320000 Servicios de diseño técnico, 71241000 Estudio de viabilidad, servicios de asesoramiento, análisis, 71310000 Servicios de consultoría en ingeniería y construcción
Lugar de ejecución:
R01772 - Prequalification - Framework agreement for an engineering design group for project implementation, Fleet plan 2024 Haakonsvern Bergen.
Organismo adjudicador:
Forsvarsbygg
Número de premio:
2025/1576

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg
The buyer is a contracting entity

2. Procedure

2.1 Procedure

Title : R01772 - Prequalification - Framework agreement for an engineering design group for project implementation, Fleet plan 2024 Haakonsvern Bergen.
Description : The Norwegian Defence Estates Agency invites tenderers to submit an application for participation in a negotiated procedure (two-stage procedure), for the following services/projects: Framework agreement for an engineering design group for project implementation, Fleet Plan 2024, Haakonsvern in Bergen municipality. The framework agreement shall contribute to cover the contracting authority ́s need for consultancy and engineering design services for the execution of several projects for the following locations: - Main location: Haakonsvern in Bergen municipality. Herdla in Askøy municipality, but this will be very limited. A complete engineering design group shall be offered that shall cover The Norwegian Defence Estates Agency ́s total need for assistance with the execution of the projects. The projects that shall be carried out include renovation and new construction of quays with the accompanying infrastructure, construction and renovation of buildings in different categories, possible establishment of roads and infrastructure, site development and mass handling, as well as other measures included in the 2024 fleet plan. Preliminary engineering design services and detailed engineering design services for special areas, as well as further engineering design of the crew quartering will also be relevant. All projects shall be included in a staged development plan and this shall be prepared in cooperation with the engineering design group. Planned projects will include both execution contracts, turnkey contracts as well as an option for a form of interaction. The main work included in the contract will be preliminary, detailed engineering design services, preparation of the tender documentation and the basis for work, assistance with follow-up in the construction period, assistance with completion of the Momdvu documentation. Other consultancy services and reports related to projects in the same area can also be relevant. A complete engineering design group with resources within all the necessary disciplines shall be delivered. It is anticipated that the following will be the largest disciplines: RIB (Consultant Engineer, Construction)RIBk (Consultant Engineer Kai)RIVA (Consultant water, sewage and surface water)RIV (Consultant Engineer HVAC)RIE (Consultant engineer electro, both low and high voltage)ARK (Consultant architect)PGK (Engineering Design Group Coordinator) AvropslederI in addition will be seen as the following as relevant disciplines and will be included in the deliveries (the list is not exhaustive): RIAKU (Consultant acoustics)RIBr (Fire Consultant) RIG (Consultant Geotechnique Engineer), including RIGm and RIGbergLARK (Landscape Architect) IARK (Interior Architect) RIBfy (Consulting Building Physics).) RIM (Consultant outer environment)RIM (Consultant environment) RITB responsible (Responsible for integrated technical building installations)BIM coordinatorRIVEG (Consultant engineer Veg) SØK (Responsible Applicant) Tenderer shall provide resources for all of the above disciplines. The need for the different disciplines will vary in the different phases. The framework agreement period is 4 (four) years. The contracting authority can extend the contract for up to 1 (one) + 1 (one) year + 1 (one) year, + 1 (one) year, maximum 9 (nine) years from the actual start-up date. The estimated scope of the delivery including options is NOK 800 million. Approx. NOK 70 million of the total delivery will be for preliminary engineering design services. It is estimated that approx. NOK 730 million of the total delivery will be for detailed engineering design services. The preliminary engineering design services and parts of the detailed engineering design services, excluding options, will be approx. Further detailed engineering design services in the execution phase will be included as an option, approx. The estimate is subject to uncertainty, as the number of planned projects in the area may change. Work in the contract will be paid in accordance with the elapsed time, possibly a fixed price if relevant and appropriate. It is anticipated that the preliminary engineering design will be carried out in the period 2025-2027. the majority of the detailed engineering design will be carried out in the period 2027-2032.Security and physical organisation The delivery will include the preparation of security graded information up to and including level CONFIDENTIAL/NATO and information shall be prepared in the tenderer ́s own certified information system and in the tenderer ́s own approved premises (K-ROM). There will be a need for tenderers to quickly establish B-rooms after the contract has been signed and K-rooms in the long term. Necessary security agreements shall be entered into with a tenderer for the execution of the assignment. All resources included in the engineering design group shall be able to be security cleared and authorised to up to level SECRET/NATO SECRET. There will be security clearance for this agreement on approx. 30 persons. Physical interaction, meetings, information exchange etc. with the Norwegian Defence Estates Agency shall be physically carried out at The Norwegian Defence Estates Agency's premises at Haakonsvern, Bergen. Travel costs/travel time, diet and diet are not covered in connection with attendance at Haakonsvern, Bergen. The elapsed time is covered in accordance with hourly rates given by the tenderer/e in connection with the tender invitation, and can be invoiced as follows: At the gate at Haakonsvern.Travel costs, diet and diet, as well as travel time are covered by other locations in accordance with the government regulations, and can be invoiced from the tenderer's permanent office. The projects and the expected delivery from the engineering design group will be further described in the tender documentation part III upon the tender invitation, as well as a detailed project review for qualified tenderers after the prequalification.
Procedure identifier : 1e560af5-1d98-4e95-9007-9de6c77849a8
Internal identifier : 2025/1576
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
Additional classification ( cpv ): 71310000 Consultative engineering and construction services

2.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Additional information : Haakonsvern, Bergen Municipality

2.1.4 General information

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

5. Lot

5.1 Lot technical ID : LOT-0000

Title : R01772 - Prequalification - Framework agreement for an engineering design group for project implementation, Fleet plan 2024 Haakonsvern Bergen.
Description : The Norwegian Defence Estates Agency invites tenderers to submit an application for participation in a negotiated procedure (two-stage procedure), for the following services/projects: Framework agreement for an engineering design group for project implementation, Fleet Plan 2024, Haakonsvern in Bergen municipality. The framework agreement shall contribute to cover the contracting authority ́s need for consultancy and engineering design services for the execution of several projects for the following locations: - Main location: Haakonsvern in Bergen municipality. Herdla in Askøy municipality, but this will be very limited. A complete engineering design group shall be offered that shall cover The Norwegian Defence Estates Agency ́s total need for assistance with the execution of the projects. The projects that shall be carried out include renovation and new construction of quays with the accompanying infrastructure, construction and renovation of buildings in different categories, possible establishment of roads and infrastructure, site development and mass handling, as well as other measures included in the 2024 fleet plan. Preliminary engineering design services and detailed engineering design services for special areas, as well as further engineering design of the crew quartering will also be relevant. All projects shall be included in a staged development plan and this shall be prepared in cooperation with the engineering design group. Planned projects will include both execution contracts, turnkey contracts as well as an option for a form of interaction. The main work included in the contract will be preliminary, detailed engineering design services, preparation of the tender documentation and the basis for work, assistance with follow-up in the construction period, assistance with completion of the Momdvu documentation. Other consultancy services and reports related to projects in the same area can also be relevant. A complete engineering design group with resources within all the necessary disciplines shall be delivered. It is anticipated that the following will be the largest disciplines: RIB (Consultant Engineer, Construction)RIBk (Consultant Engineer Kai)RIVA (Consultant water, sewage and surface water)RIV (Consultant Engineer HVAC)RIE (Consultant engineer electro, both low and high voltage)ARK (Consultant architect)PGK (Engineering Design Group Coordinator) AvropslederI in addition will be seen as the following as relevant disciplines and will be included in the deliveries (the list is not exhaustive): RIAKU (Consultant acoustics)RIBr (Fire Consultant) RIG (Consultant Geotechnique Engineer), including RIGm and RIGbergLARK (Landscape Architect) IARK (Interior Architect) RIBfy (Consulting Building Physics).) RIM (Consultant outer environment)RIM (Consultant environment) RITB responsible (Responsible for integrated technical building installations)BIM coordinatorRIVEG (Consultant engineer Veg) SØK (Responsible Applicant) Tenderer shall provide resources for all of the above disciplines. The need for the different disciplines will vary in the different phases. The framework agreement period is 4 (four) years. The contracting authority can extend the contract for up to 1 (one) + 1 (one) year + 1 (one) year, + 1 (one) year, maximum 9 (nine) years from the actual start-up date. The estimated scope of the delivery including options is NOK 800 million. Approx. NOK 70 million of the total delivery will be for preliminary engineering design services. It is estimated that approx. NOK 730 million of the total delivery will be for detailed engineering design services. The preliminary engineering design services and parts of the detailed engineering design services, excluding options, will be approx. Further detailed engineering design services in the execution phase will be included as an option, approx. The estimate is subject to uncertainty, as the number of planned projects in the area may change. Work in the contract will be paid in accordance with the elapsed time, possibly a fixed price if relevant and appropriate. It is anticipated that the preliminary engineering design will be carried out in the period 2025-2027. the majority of the detailed engineering design will be carried out in the period 2027-2032.Security and physical organisation The delivery will include the preparation of security graded information up to and including level CONFIDENTIAL/NATO and information shall be prepared in the tenderer ́s own certified information system and in the tenderer ́s own approved premises (K-ROM). There will be a need for tenderers to quickly establish B-rooms after the contract has been signed and K-rooms in the long term. Necessary security agreements shall be entered into with a tenderer for the execution of the assignment. All resources included in the engineering design group shall be able to be security cleared and authorised to up to level SECRET/NATO SECRET. There will be security clearance for this agreement on approx. 30 persons. Physical interaction, meetings, information exchange etc. with the Norwegian Defence Estates Agency shall be physically carried out at The Norwegian Defence Estates Agency's premises at Haakonsvern, Bergen. Travel costs/travel time, diet and diet are not covered in connection with attendance at Haakonsvern, Bergen. The elapsed time is covered in accordance with hourly rates given by the tenderer/e in connection with the tender invitation, and can be invoiced as follows: At the gate at Haakonsvern.Travel costs, diet and diet, as well as travel time are covered by other locations in accordance with the government regulations, and can be invoiced from the tenderer's permanent office. The projects and the expected delivery from the engineering design group will be further described in the tender documentation part III upon the tender invitation, as well as a detailed project review for qualified tenderers after the prequalification.
Internal identifier : 2025/1576

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Options :
Description of the options : The preliminary engineering design services and parts of the detailed engineering design services, excluding options, will be approx. Further detailed engineering design services in the execution phase will be included as an option, approx. The estimate is subject to uncertainty, as the number of planned projects in the area may change.

5.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Additional information : Haakonsvern, Bergen Municipality

5.1.4 Renewal

Maximum renewals : 5
The buyer reserves the right for additional purchases from the contractor, as described here : 4 years + up to one year + up to one year + up to one year + up to one year + up to one year.

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer shall have the tax and duty payments in order.
Description : 'Tax and VAT certificate' (RF-1316). The certificate can be ordered via www.altinn.no. The certificate shall not be older than 6 months from the tender deadline. (only for Norwegian tenderers) Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tenderers shall be credit worthy.
Description : Credit rating of the tenderer, not older than 6 months calculated from the deadline for receipt of tenders. The credit rating shall include an assessment of the tenderer's payment history/reliability. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. Tenderers shall not have a credit rating lower than A. If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted from this company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Tenderers are required to be/can be certified for environmental management.
Description : Tenderers are required to be/can be certified for environmental management, in the form of EMAS, ISO 14001 or Miljøfyrtårn. Other certificates issued by the EØS bodies can also be submitted, provided that the tenderer can document that these are equivalent to EMAS or ISO 14001. The same applies to documentation that shows that the different elements in an environmental management system are fulfilled; as an overview of environmental targets, the environmental organisation, education and concrete environmental measures as well as environmental reports. The certification requirement shall be fulfilled at the latest 12 months after the contract has been signed, so foremost this is not in place at the time of submission. Tenderers shall send documentation to the contracting authority to fulfil the minimum requirement for qualification requirements.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer shall be a legally registered company.
Description : Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : The tenderer (as a company) shall have very good competence within engineering design assignments for building and construction projects. Very good competence means relevant experience/references from assignments of an equivalent nature, scope and complexity covered by the framework agreement that the application concerns.
Description : An overview of the five most important relevant deliveries or services performed for projects with a value above NOK 75 million* (limited to the last three years). The overview should be comprehensively completed and shall provide information on the tenderer's role in the reference project, as well as the value, complexity and extent, date, as well as the name of the public or private recipient. *Total cost of the Project/Turnkey contract Minimum requirement for qualification requirements
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : The tenderer must have the necessary capacity to carry out the contract.
Description : A description of the total number of personnel that the tenderer can use for fulfilment of the contract. Minimum qualification requirements
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/253422699.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Security clearance is required
Terms of submission :
Obligatory indication of subcontracting : No subcontracting indication
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 28/04/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation
A non-disclosure agreement is required : yes
Financial arrangement : See the tender documentation
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Electronic auction : no

8. Organisations

8.1 ORG-0001

Official name : Forsvarsbygg
Registration number : 975950662
Postal address : Grev Wedels plass 5
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Mads Joakimsen
Telephone : 46964695
Internet address : http://www.forsvarsbygg.no
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 5e43176a-a3ec-480d-bdda-09f898290301 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/03/2025 11:21 +00:00
Notice dispatch date (eSender) : 31/03/2025 12:39 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00208058-2025
OJ S issue number : 64/2025
Publication date : 01/04/2025