Consultancy services for detailed zoning of Kjølberggata 9

The aim of the assignment is that the contracting authority Boligbygg Oslo KF has adopted a detailed development plan for Kjølberggata 9. The delivery from the consultant is to prepare a plan proposal with all associated assignments as well as follow the plan proposal through the process so that it …

CPV: 45112700 Arbejder i forbindelse med landskabsarkitektur, 71200000 Arkitektvirksomhed samt hermed beslægtet virksomhed, 71210000 Arkitektrådgivning, 71240000 Arkitekt-, ingeniør- og planlægningsvirksomhed, 71400000 Byplanlægnings- og landskabsarkitektvirksomhed, 71410000 Byplanlægning, 71420000 Tjenesteydelser i forbindelse med landskabsarkitektur
Henrettelsessted:
Consultancy services for detailed zoning of Kjølberggata 9
Tildelende organ:
Oslo kommune v/ Boligbygg Oslo KF
Tildelingsnummer:
25/793

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Boligbygg Oslo KF
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 : Consultancy services for detailed zoning of Kjølberggata 9
Description : The aim of the assignment is that the contracting authority Boligbygg Oslo KF has adopted a detailed development plan for Kjølberggata 9. The delivery from the consultant is to prepare a plan proposal with all associated assignments as well as follow the plan proposal through the process so that it is adopted politically. Detailed zoning shall be prepared with the accompanying work so that the Contracting Authority achieves an approved zoning plan for the property. The work shall facilitate development and opportunities for increased residential areas in combination with other purposes, and facilitate great flexibility for the development of the property in accordance with the contracting authority ́s wishes and purposes as landlord. The contract has an estimated value of NOK 4,000,000 - 6,000,000. The contracting authority draws attention to the fact that the estimate is based on previous consumption. The contracting authority emphasises that the figures are estimates and that the actual volume may vary. The estimated value is not binding for the Contracting Authority.
Procedure identifier : e2ade58d-9003-441d-b32d-f820d7ccd64b
Internal identifier : 25/793
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Restricted two stage tender contest

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 45112700 Landscaping work
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71420000 Landscape architectural services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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?
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?
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 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 : Consultancy services for detailed zoning of Kjølberggata 9
Description : The aim of the assignment is that the contracting authority Boligbygg Oslo KF has adopted a detailed development plan for Kjølberggata 9. The delivery from the consultant is to prepare a plan proposal with all associated assignments as well as follow the plan proposal through the process so that it is adopted politically. Detailed zoning shall be prepared with the accompanying work so that the Contracting Authority achieves an approved zoning plan for the property. The work shall facilitate development and opportunities for increased residential areas in combination with other purposes, and facilitate great flexibility for the development of the property in accordance with the contracting authority ́s wishes and purposes as landlord. The contract has an estimated value of NOK 4,000,000 - 6,000,000. The contracting authority draws attention to the fact that the estimate is based on previous consumption. The contracting authority emphasises that the figures are estimates and that the actual volume may vary. The estimated value is not binding for the Contracting Authority.
Internal identifier : 25/793

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 45112700 Landscaping work
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71420000 Landscape architectural services

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 7
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.
Criterion : References on specified works
Description : The tenderer shall have very good experience from equivalent assignments. The tenderer shall have very good experience with: • Design of plan documents, such as: plan description, plan programme, impact assessment, requirements for plan content etc. • Preparation of development plans. • Execution of plan processes. Equivalent assignments mean the following: • Work that has led to the decision of a zoning plan in cities with a population of more than 200,000. • Plan processes of high complexity and similar scope.
Criterion : Average yearly manpower
Description : The tenderer shall have sufficient capacity to fulfil the contract.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have a relevant quality assurance system for the content of the contract.
Criterion : References on specified works
Description : Selection criteria: Experience from equivalent assignments Equivalent assignments will be seen as the same criteria as mentioned in 4.2.3 for qualification requirements: "The tenderer shall have very good experience from equivalent assignments." Documentation requirement A description of up to 5 of the most relevant reference projects that the tenderer has carried out in the last three years together with information on relevant events, themes and assignments for this procurement, contract value, date of execution and name of the contracting authority. The attached reference form shall be used.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 100
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
Maximum number of candidates to be invited for the second stage of the procedure : 7
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Deadline for requesting additional information : 26/05/2025 14:00 +00:00

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 09/06/2025 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 : no
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Mediation organisation : KOFA -
Review organisation : KOFA -
Organisation providing more information on the review procedures : KOFA -
Organisation receiving requests to participate : Oslo kommune v/ Boligbygg Oslo KF -
Organisation processing tenders : Oslo kommune v/ Boligbygg Oslo KF -

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Boligbygg Oslo KF
Registration number : 974 780 747
Postal address : Postboks 1192 Sentrum
Town : Oslo
Postcode : 0107
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Ole-Einar Vean
Telephone : +47 40435864
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : KOFA
Registration number : 918 195 548
Postal address : Zander Kaaes gate 7
Town : Bergen
Postcode : 5015
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : +47 55193000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Notice information
Notice identifier/version : c7c506ac-c849-434b-b7a8-c9e476fb2ba4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/05/2025 07:48 +00:00
Notice dispatch date (eSender) : 07/05/2025 13:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00298744-2025
OJ S issue number : 90/2025
Publication date : 12/05/2025