Technical consultancy services - Dynamic Purchasing System

“Felles Innkjøpskontor” (Joint Procurement Office) will, on behalf of the municipalities Vestby, Frogn, and Nesodden, establish a dynamic procurement arrangement for the acquisition of consulting and advisory services. This arrangement aims to cover the need for such services in the following areas: Building and real estate Urban planning services Fire …

CPV: 71210000 Servicios de asesoramiento en arquitectura, 71244000 Cálculo de costes, seguimiento de costes, 71310000 Servicios de consultoría en ingeniería y construcción, 71247000 Supervisión del trabajo de construcción, 71248000 Supervisión del proyecto y documentación, 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, 71314000 Servicios de energía y servicios conexos, 71314300 Servicios de consultoría en rendimiento energético, 71315200 Servicios de consultoría en materia de edificios, 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, 71321100 Servicios de evaluación económica de la construcción, 71321200 Servicios de diseño de sistemas de calefacción, 71321300 Servicios de consultoría en fontanería, 71321400 Servicios de consultoría en ventilación, 71351200 Servicios de consultoría en materia geológica y geofísica, 71351220 Servicios de consultoría en geología, 71351730 Servicios de prospección geológica, 71410000 Servicios de urbanismo, 71521000 Servicios de supervisión del emplazamiento de la obra, 71530000 Servicios de consultoría en materia de construcción, 71540000 Servicios de gestión de obras, 71541000 Servicios de gestión de proyectos de construcción, 71600000 Servicios de ensayo, análisis y consultoría técnicos, 71800000 Servicios de consultoría en suministro de agua y en materia de desechos, 79111000 Servicios de asesoría jurídica
Lugar de ejecución:
Technical consultancy services - Dynamic Purchasing System
Organismo adjudicador:
VESTBY KOMMUNE
Número de premio:
24/00294

1. Buyer

1.1 Buyer

Official name : VESTBY KOMMUNE
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nesodden kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Frogn kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Ås 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 : Technical consultancy services - Dynamic Purchasing System
Description : “Felles Innkjøpskontor” (Joint Procurement Office) will, on behalf of the municipalities Vestby, Frogn, and Nesodden, establish a dynamic procurement arrangement for the acquisition of consulting and advisory services. This arrangement aims to cover the need for such services in the following areas: Building and real estate Urban planning services Fire safety Plumbing and HVAC Electrical services Industrial and production Power and energy, including renewable energy Geology Transportation and infrastructure Water, sewage systems, drainage, and stormwater management Environment Geodata Project management and/or project advisory Construction management Legal advice Independent control The municipality of Ås has the option to join the dynamic procurement arrangement starting from June 1, 2027. The agreements within the dynamic procurement arrangement will typically be based on standard templates such as NS 8401, NS 8402, or NS 8403. It may also be relevant to use SSA-O, SSA-B, or the municipalities’ own service purchase agreements. The specific terms of the agreements will follow each competition within the arrangement. The arrangement is initially time-limited until May 14, 2032, unless the contracting authority deems it appropriate to terminate the arrangement before that date
Procedure identifier : 9c504075-01cb-4fbb-8a50-140fa7a479ad
Internal identifier : 24/00294
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : See the qualification documentation.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71244000 Calculation of costs, monitoring of costs
Additional classification ( cpv ): 71247000 Supervision of building work
Additional classification ( cpv ): 71248000 Supervision of project and documentation
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 ): 71314000 Energy and related services
Additional classification ( cpv ): 71314300 Energy-efficiency 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 ): 71320000 Engineering design services
Additional classification ( cpv ): 71321100 Construction economics services
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 ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71351730 Geological prospecting services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71521000 Construction-site supervision services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 79111000 Legal advisory services

2.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 536 000 000 NOK

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : Technical consultancy services - Dynamic Purchasing System
Description : “Felles Innkjøpskontor” (Joint Procurement Office) will, on behalf of the municipalities Vestby, Frogn, and Nesodden, establish a dynamic procurement arrangement for the acquisition of consulting and advisory services. This arrangement aims to cover the need for such services in the following areas: Building and real estate Urban planning services Fire safety Plumbing and HVAC Electrical services Industrial and production Power and energy, including renewable energy Geology Transportation and infrastructure Water, sewage systems, drainage, and stormwater management Environment Geodata Project management and/or project advisory Construction management Legal advice Independent control The municipality of Ås has the option to join the dynamic procurement arrangement starting from June 1, 2027. The agreements within the dynamic procurement arrangement will typically be based on standard templates such as NS 8401, NS 8402, or NS 8403. It may also be relevant to use SSA-O, SSA-B, or the municipalities’ own service purchase agreements. The specific terms of the agreements will follow each competition within the arrangement. The arrangement is initially time-limited until May 14, 2032, unless the contracting authority deems it appropriate to terminate the arrangement before that date
Internal identifier : 24/00294

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71244000 Calculation of costs, monitoring of costs
Additional classification ( cpv ): 71247000 Supervision of building work
Additional classification ( cpv ): 71248000 Supervision of project and documentation
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 ): 71314000 Energy and related services
Additional classification ( cpv ): 71314300 Energy-efficiency 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 ): 71320000 Engineering design services
Additional classification ( cpv ): 71321100 Construction economics services
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 ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71351730 Geological prospecting services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71521000 Construction-site supervision services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 79111000 Legal advisory services
Options :
Description of the options : Ås municipality has the option to join the dynamic purchasing system 01.06.2027

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 96 MONTH

5.1.5 Value

Estimated value excluding VAT : 536 000 000 NOK

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
This procurement is also suitable for small and medium-sized enterprises (SMEs)

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 : 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 : 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 : 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 : 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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/224523593.aspx ,

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
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 : 07/06/2032 10:00 +00:00
Terms of contract :
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Follo og Nordre Østfold tingrett
Organisation receiving requests to participate : VESTBY KOMMUNE
Organisation processing tenders : VESTBY KOMMUNE

8. Organisations

8.1 ORG-0001

Official name : VESTBY KOMMUNE
Registration number : 943485437
Postal address : Rådhusgata 1
Town : VESTBY
Postcode : 1540
Country : Norway
Contact point : Karl Anders Øvrelid
Telephone : 47781179
Roles of this organisation :
Buyer
Group leader
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Nesodden kommune
Registration number : 944 383 565
Postal address : Postboks 123
Town : Nesoddtangen
Postcode : 1451
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 66 96 43 00
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Frogn kommune
Registration number : 963 999 089
Postal address : Postboks 10
Town : Drøbak
Postcode : 1441
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 64 90 60 00
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Ås kommune
Registration number : 964948798
Postal address : Postboks 195
Town : Ås
Postcode : 1431
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 64 96 20 00
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Follo og Nordre Østfold tingrett
Registration number : 926 725 920
Postal address : Postboks 64
Town : Ski
Postcode : 1401
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 64 00 30 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : ca8bdc83-c988-4350-9487-d1a2554ebc0a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/04/2024 12:13 +00:00
Notice dispatch date (eSender) : 26/04/2024 12:31 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00252674-2024
OJ S issue number : 84/2024
Publication date : 29/04/2024