SHA Coordinator

Vestland County would like to enter into a framework agreement for SHA coordinator for follow-up of the construction project in Vestland. The SHA coordinator shall link to the follow-up of the responsibility to the builder in accordance with the builder regulations and shall assist the project owner in fulfilling the …

CPV: 71000000 Servicios de arquitectura, construcción, ingeniería e inspección, 71310000 Servicios de consultoría en ingeniería y construcción, 71315200 Servicios de consultoría en materia de edificios, 71520000 Servicios de supervisión de obras
Lugar de ejecución:
SHA Coordinator
Organismo adjudicador:
Vestland fylkeskommune
Número de premio:
VLFK/24/209

1. Buyer

1.1 Buyer

Official name : Vestland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : SHA Coordinator
Description : Vestland County would like to enter into a framework agreement for SHA coordinator for follow-up of the construction project in Vestland. The SHA coordinator shall link to the follow-up of the responsibility to the builder in accordance with the builder regulations and shall assist the project owner in fulfilling the obligations in accordance with the Builder Regulations through the rolla as Coordinator Executing (KU) and Coordinator Engineering Design (KP).
Procedure identifier : 5b49a4f6-0e29-41b7-aa4f-dc785ae5011e
Internal identifier : VLFK/24/209
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 ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71520000 Construction supervision services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information : The contract areas are described in the tender documents.

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone
Maximum value of the framework agreement : 9 000 000 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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : SHA Coordinator
Description : Vestland County would like to enter into a framework agreement for SHA coordinator for follow-up of the construction project in Vestland. The SHA coordinator shall link to the follow-up of the responsibility to the builder in accordance with the builder regulations and shall assist the project owner in fulfilling the obligations in accordance with the Builder Regulations through the rolla as Coordinator Executing (KU) and Coordinator Engineering Design (KP).
Internal identifier : VLFK/24/209

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71520000 Construction supervision services
Options :
Description of the options : The contracting authority has the right to extend the contract for 1+1 year, which has a total maximum contract length of four years. The extension will automatically occur for another year of the gong, unless the agreement host terminated two months before the automatic extension will commence.

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information : The contract areas are described in the tender documents.

5.1.3 Estimated duration

Start date : 15/11/2024
Duration end date : 15/11/2026

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contracting authority has the right to extend the contract for 1+1 year, which has a total maximum contract length of four years. The extension will automatically occur for another year of the gong, unless the agreement host terminated two months before the automatic extension will commence.

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone
Maximum value of the framework agreement : 9 000 000 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
Use of this criterion : Not used
Criterion :
Type : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer shall be a legally established company.
Description : • Norwegian companies: Company registration certificate from the Brønnøysund Register Centre* • Foreign companies: Proof that the company is registered in a trade or business register as a guide in the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have experience as KU and KP from similar assignments.
Description : When assessing this criteria, an assessment will be taken of tenderers ́ experience from similar assignments, based on, among other things: - Project size and complexity. Tenderers ought to have experience with projects that are of the same size as ours. - Type of project. Tenderers ought to have experience with projects of a similar nature and scope. The use of an HSE coordinator to safeguard safety lifts, health and the environment. Documentation: Portrayal of the three most relevant assignments from the tenderer in the last 5 years. The description must include information on the value of the assignment, date and reception (name, telephone number and e-mail address). It is sufficient that the reference assignments together fulfil the qualification requirement. References can be contacted if needed to ensure relevance of the assignment. However, it is the tenderer's responsibility to document relevance through the description. The tenderer shall benefit from the reference form in Annex 4.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have sufficient implementation ability and capacity in accordance with requirements that shall be delivered.
Description : The description of personnel that the tenderer has at his disposal for fulfilment of the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers must have relevant measures within quality assurance.
Description : Depiction of quality assurance measures. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certification, it is sufficient to enclose a copy of a valid certificate.
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 : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (points, exact) : 40
Criterion :
Type : Quality
Name : Competence and experience
Description : Competence and experience of the offered personnel.
Weight (points, exact) : 40
Criterion :
Type : Quality
Name : Climate friend doctor bunk wear
Description :
Weight (points, exact) : 10
Criterion :
Type : Quality
Name : Response time/available consultant
Description :
Weight (points, exact) : 10
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

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=28873

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
Deadline for receipt of requests to participate : 30/09/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett
Organisation providing additional information about the procurement procedure : Vestland fylkeskommune
Organisation receiving requests to participate : Vestland fylkeskommune
Organisation processing tenders : Vestland fylkeskommune

8. Organisations

8.1 ORG-0001

Official name : Vestland fylkeskommune
Registration number : 821311632
Department : Innkjøpsseksjonen
Postal address : Postboks 7900
Town : BERGEN
Postcode : 5020
Country : Norway
Contact point : Maia Christine Lodberg
Telephone : +47 05557
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926 723 367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : ddb99198-3179-4784-aabd-17d2929b22b1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/08/2024 13:33 +00:00
Notice dispatch date (eSender) : 28/08/2024 13:45 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00522225-2024
OJ S issue number : 169/2024
Publication date : 30/08/2024