R01800 - Prequalification - Framework agreement engineering design services Team EBA in Mime - 101064

The framework agreement shall contribute to covering the contracting authority ́s need for consultancy and engineering design services for the execution of several projects in several locations. The locations are graded. The framework agreement mainly includes assignments in connection with consultancy services for the renewal of infrastructure for the existing …

CPV: 71000000 Architektonické, stavební, technické a inspekční služby, 71240000 Architektonické, technické a plánovací služby, 71310000 Poradenské inženýrství a stavební služby, 71300000 Technicko-inženýrské služby, 71320000 Technické projektování, 71330000 Různé technické služby
Místo provedení:
R01800 - Prequalification - Framework agreement engineering design services Team EBA in Mime - 101064
Misto zadání:
Forsvarsbygg
Číslo zakázky:

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg

2. Procedure

2.1 Procedure

Title : R01800 - Prequalification - Framework agreement engineering design services Team EBA in Mime - 101064
Description : The framework agreement shall contribute to covering the contracting authority ́s need for consultancy and engineering design services for the execution of several projects in several locations. The locations are graded. The framework agreement mainly includes assignments in connection with consultancy services for the renewal of infrastructure for the existing building and surrounding installations. The contract can also be used for new buildings if this is assessed as appropriate at a location. At each location the project will require key resources. Key resources are limited to RIE, RIV and PGK respectively. The need for discipline will vary from location to location for the remaining disciplines. The service comprises general consultancy services within building and construction engineering. Hereunder engineering design and preparation of description texts based on NS 3420.The assignments will include: Mapping and Needs DescriptionInformation from system owners/effectsDetal engineering design Services, Progress planning and coordination with the UTF Project that shall be carried out includes the renewal of infrastructure at locations nationwide. 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: RIE (Consultant Engineer, Electro, both low and high voltage) RITB responsible (Responsible for integrated technical building installations)RIV (Consultant Engineer HVAC)RIB (Consultant Engineer Construction)RIVA (Consultant water, sewage and surface water)ARK (Consultant architect)PGK (Engineering Design Group Coordinator)RI Security Call-off manager In addition the following is considered as relevant specialist areas and will be included in the deliveries (the list is not exhaustive): RIBr (Fire Consultant)RIG (Consulting Engineer Geotechnique), including RIGm and RIGbergLARK (Landscape Architect)RIBfy (Consultant Building Physics)RIM (Consulting Environment)BIM CoordinatorRIVEG (Consultant Engineer Veg) Hydrology SEARCH (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 Norwegian Defence Estates Agency can also always have framework agreements that completely or partly overlap with this agreement. The main user of this agreement is Prosjekt og Utvikling (PoU). Other departments in the Norwegian Defence Estates Agency can also use the contract as agreed with the contract owner. 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, maximum 7 (seven) years from the actual start-up date. The estimated value of the framework agreement, including options, is NOK 200 million excluding VAT. VAT. If financing is not granted for parts of the framework agreement, the value of the call-offs will, thus, be lower than NOK 200 million. excl. VAT. Personnel that the tenderer offers must either have a physical workplace at one office in the Bergen region or one office in the Stavanger region. The nature of the engineering design assignments suggests that the tenderer ́s personnel cannot expect to communicate with each other over ungraded platforms such as E.g. Teams or by telephone in connection with: implementation of the assignments. The requirement for physical placement is further justified by proximity to where the Norwegian Defence Estates Agency's personnel who shall use the contract and who shall be interacted with have a place of residence.
Procedure identifier : bfa61c89-67ca-4eb3-9f60-8e34f434f506
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 ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2009/81/EC
Forsvar og sikkerhet - See the attached documents for further information.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
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?
Offence concerning its professional conduct in the domain of defence procurement : See the attached documents for further information.
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 : See the attached documents for further information.
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?
Lack of reliability to exclude risks to the security of the country : See the attached documents for further information.
Breaching obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : R01800 - Prequalification - Framework agreement engineering design services Team EBA in Mime - 101064
Description : The framework agreement shall contribute to covering the contracting authority ́s need for consultancy and engineering design services for the execution of several projects in several locations. The locations are graded. The framework agreement mainly includes assignments in connection with consultancy services for the renewal of infrastructure for the existing building and surrounding installations. The contract can also be used for new buildings if this is assessed as appropriate at a location. At each location the project will require key resources. Key resources are limited to RIE, RIV and PGK respectively. The need for discipline will vary from location to location for the remaining disciplines. The service comprises general consultancy services within building and construction engineering. Hereunder engineering design and preparation of description texts based on NS 3420.The assignments will include: Mapping and Needs DescriptionInformation from system owners/effectsDetal engineering design Services, Progress planning and coordination with the UTF Project that shall be carried out includes the renewal of infrastructure at locations nationwide. 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: RIE (Consultant Engineer, Electro, both low and high voltage) RITB responsible (Responsible for integrated technical building installations)RIV (Consultant Engineer HVAC)RIB (Consultant Engineer Construction)RIVA (Consultant water, sewage and surface water)ARK (Consultant architect)PGK (Engineering Design Group Coordinator)RI Security Call-off manager In addition the following is considered as relevant specialist areas and will be included in the deliveries (the list is not exhaustive): RIBr (Fire Consultant)RIG (Consulting Engineer Geotechnique), including RIGm and RIGbergLARK (Landscape Architect)RIBfy (Consultant Building Physics)RIM (Consulting Environment)BIM CoordinatorRIVEG (Consultant Engineer Veg) Hydrology SEARCH (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 Norwegian Defence Estates Agency can also always have framework agreements that completely or partly overlap with this agreement. The main user of this agreement is Prosjekt og Utvikling (PoU). Other departments in the Norwegian Defence Estates Agency can also use the contract as agreed with the contract owner. 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, maximum 7 (seven) years from the actual start-up date. The estimated value of the framework agreement, including options, is NOK 200 million excluding VAT. VAT. If financing is not granted for parts of the framework agreement, the value of the call-offs will, thus, be lower than NOK 200 million. excl. VAT. Personnel that the tenderer offers must either have a physical workplace at one office in the Bergen region or one office in the Stavanger region. The nature of the engineering design assignments suggests that the tenderer ́s personnel cannot expect to communicate with each other over ungraded platforms such as E.g. Teams or by telephone in connection with: implementation of the assignments. The requirement for physical placement is further justified by proximity to where the Norwegian Defence Estates Agency's personnel who shall use the contract and who shall be interacted with have a place of residence.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 7 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : See the attached documents for further information.

5.1.6 General information

Reserved participation : Participation is not reserved.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified works
Description : See the attached documents for further information.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/258247496.aspx

5.1.12 Terms of procurement

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 : 30/06/2025 07:00 +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 attached documents for further information.
Financial arrangement : See the attached documents for further information.
Subcontracting :
No subcontracting obligation applies.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2

5.1.16 Further information, mediation and review

Information about review deadlines : See the attached documents for further information.

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 : Kjølv Eikeland Fossum
Telephone : 48955362
Internet address : http://www.forsvarsbygg.no
Roles of this organisation :
Buyer
Notice information
Notice identifier/version : 77d87b00-e17b-4a64-b1c2-7e11dde388f8 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/05/2025 14:23 +00:00
Notice dispatch date (eSender) : 28/05/2025 14:33 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00353133-2025
OJ S issue number : 104/2025
Publication date : 02/06/2025