Preliminary project main water pipeline Rore-Arendal part 3-5

The aim of the preliminary project is to examine and clarify the basis for further detailed engineering design of the main water pipeline route Rore-Arendal on the stretch between Lerestvedt and Frivoll. This includes the sub-projects RA3 to RA5, including a cross connection to the existing water supply network at …

CPV: 71310000 Doradcze usługi inżynieryjne i budowlane, 71300000 Usługi inżynieryjne, 71311000 Usługi doradcze w zakresie inżynierii lądowej i wodnej, 71313400 Ocena wpływu projektu budowlanego na środowisko naturalne, 71800000 Usługi konsultacyjne w zakresie dostaw wody i konsultacje dotyczące odpadów
Miejsce wykonania:
Preliminary project main water pipeline Rore-Arendal part 3-5
Miejsce udzielenia zamówienia:
Arendal kommune
Numer nagrody:
25/6412

1. Buyer

1.1 Buyer

Official name : Arendal kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Preliminary project main water pipeline Rore-Arendal part 3-5
Description : The aim of the preliminary project is to examine and clarify the basis for further detailed engineering design of the main water pipeline route Rore-Arendal on the stretch between Lerestvedt and Frivoll. This includes the sub-projects RA3 to RA5, including a cross connection to the existing water supply network at Rykeneveien (RA3A). In addition the cross connection from RA3A to Stoa shall be maintained. The route to Stoa shall be upgraded mainly in the current route. The preliminary project shall assess different route alternatives and dimension both the main pipeline and the accompanying cross connections, with the aim of identifying the most appropriate development alternatives. The work shall be carried out at a general level and result in two reports as a basis for further detailed engineering design services: A report for RA3, including RA3A and RA3A-Stoa, as well as examining the frames and systems for a pump station for further five flowing water in the area at Nygårdshaven. A rap port for RA4 and RA5. In addition a trade report shall be prepared as a basis for the preparation of the zoning plan for the chosen routes.
Procedure identifier : 446dc183-5c35-4d9e-b024-7e7df6b90d82
Internal identifier : 25/6412
Type of procedure : Competitive tendering (article 5(3) of regulation 1370/2007)
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71313400 Environmental impact assessment for construction
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Arendal - Wikipedia

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

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

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Preliminary project main water pipeline Rore-Arendal part 3-5
Description : The aim of the preliminary project is to examine and clarify the basis for further detailed engineering design of the main water pipeline route Rore-Arendal on the stretch between Lerestvedt and Frivoll. This includes the sub-projects RA3 to RA5, including a cross connection to the existing water supply network at Rykeneveien (RA3A). In addition the cross connection from RA3A to Stoa shall be maintained. The route to Stoa shall be upgraded mainly in the current route. The preliminary project shall assess different route alternatives and dimension both the main pipeline and the accompanying cross connections, with the aim of identifying the most appropriate development alternatives. The work shall be carried out at a general level and result in two reports as a basis for further detailed engineering design services: A report for RA3, including RA3A and RA3A-Stoa, as well as examining the frames and systems for a pump station for further five flowing water in the area at Nygårdshaven. A rap port for RA4 and RA5. In addition a trade report shall be prepared as a basis for the preparation of the zoning plan for the chosen routes.
Internal identifier : 25/6412

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71313400 Environmental impact assessment for construction
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Arendal - Wikipedia

5.1.3 Estimated duration

Start date : 06/05/2025
Duration end date : 31/03/2026

5.1.4 Renewal

Maximum renewals : 0

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Tenderers shall describe how the offered team will ensure uniform and competent execution of the assignment. The team shall as a minimum include the following roles: • Assignment manager/project manager • Professional within water and sewage • Geotechnical professional • Technical manager for development plan reviews The tenderer shall describe: 1. The roles areas of responsibility - What assignments each role will have in the project. 2. Professional competence and experience - The relevant experience and knowledge the selected persons have, with emphasis on the assignment ́s nature 3. Reason for the team ́s composition – Why these persons are chosen and how they together ensure interdisciplinary and uniform execution of the project. 4. Approach to key challenges – How the team will handle key challenges connected to the main water pipeline, route choices, environmental considerations, geotechnical conditions and coordination with other actors. 5. Availability and capacity - How the resources will be prioritised to ensure progress in the project. 6. Progress plan and cooperation with the municipality - The tenderer shall deliver a general progress plan that clearly states important milestones and deliveries to ensure that the project is carried out within the agreed completion date. The plan shall include a description of how the tenderer will organise and manage the progress, as well as how any delays or challenges will be dealt with. Furthermore, the tender shall give an account of how the cooperation with the municipality will be during the project period. This includes expectations for the municipality's involvement, including necessary clarifications, decision points and resource use on the part of the municipality in order to ensure efficient execution. The responses should not exceed 7 A4 pages.
Weight (points, exact) : 70
Criterion :
Type : Price
Name : Price
Description :
Weight (points, exact) : 30
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 : 07/04/2025 10:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 14/04/2025
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 : Not allowed
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 : In accordance with NS8402
Financial arrangement : In accordance with NS8402

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett
Organisation providing additional information about the procurement procedure : Arendal kommune
Organisation receiving requests to participate : Arendal kommune
Organisation processing tenders : Arendal kommune

8. Organisations

8.1 ORG-0001

Official name : Arendal kommune
Registration number : 940 493 021
Postal address : Arendal kommune
Town : Grimstad
Postcode : 4891
Country : Norway
Contact point : Camilla. Nilsen
Telephone : +47 99249465
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 : Agder Tingrett
Registration number : 926 723 480
Town : Arendal
Country : Norway
Telephone : 38176300
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 609c07f0-2822-47a0-96b9-0f2ad0b44b09 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/03/2025 10:21 +00:00
Notice dispatch date (eSender) : 11/03/2025 11:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00160200-2025
OJ S issue number : 50/2025
Publication date : 12/03/2025