Open tender contest in accordance with the procurement regulations, parts I and III for the procurement of a framework agreement for engineering design consultancy services in construction, electro and HVAC and sanitation.

Open tender contest in accordance with the procurement regulations, parts I and III for the procurement of a framework agreement for engineering design consultancy services in construction, electro and HVAC and sanitation. Open tender contest in accordance with the procurement regulations, parts I and III for the procurement of a …

CPV: 71310000 Rådgivning inden for ingeniørvæsen og byggeri, 71300000 Ingeniørvirksomhed, 71340000 Integreret ingeniørvirksomhed
Frist:
7. juli 2025 10:00
Type af frist:
Afgivelse af et tilbuddet
Henrettelsessted:
Open tender contest in accordance with the procurement regulations, parts I and III for the procurement of a framework agreement for engineering design consultancy services in construction, electro and HVAC and sanitation.
Tildelende organ:
Frøya Kommune
Tildelingsnummer:
AnskaffelseavRammeavtaleprosjekterenderådgivninginnenbyggelektroogVVS

1. Buyer

1.1 Buyer

Official name : Frøya 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 : Open tender contest in accordance with the procurement regulations, parts I and III for the procurement of a framework agreement for engineering design consultancy services in construction, electro and HVAC and sanitation.
Description : Open tender contest in accordance with the procurement regulations, parts I and III for the procurement of a framework agreement for engineering design consultancy services in construction, electro and HVAC and sanitation.
Procedure identifier : 61aaeda8-015c-46db-8705-86ca91caede4
Internal identifier : AnskaffelseavRammeavtaleprosjekterenderådgivninginnenbyggelektroogVVS
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Frøya municipality would like to enter into a framework agreement for engineering design consultancy services for the disciplines of construction, electro and HVAC and sanitation. The framework agreement shall cover the need for technical engineering design assistance in the municipality ́s construction projects, and it can include both new buildings, renovation and technical upgrades to the existing buildings and sites.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71340000 Integrated engineering services

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
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
Anskaffelsesforskriften - Open tender contest in accordance with the public procurement regulations, parts I and III.

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Open tender contest in accordance with the procurement regulations, parts I and III for the procurement of a framework agreement for engineering design consultancy services in construction, electro and HVAC and sanitation.
Description : Open tender contest in accordance with the procurement regulations, parts I and III for the procurement of a framework agreement for engineering design consultancy services in construction, electro and HVAC and sanitation.
Internal identifier : AnskaffelseavRammeavtaleprosjekterenderådgivninginnenbyggelektroogVVS

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71340000 Integrated engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/08/2025
Duration end date : 15/08/2029

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tax/VAT certificate (RF-1316) issued by the Norwegian Tax Administration), i.e. a certificate from the chief municipal treasurer for paid tax/VAT/employer contribution, where the tenderer's head office is located. The certificate shall not be older than six months, from expiry of the tender deadline.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 20/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258725742.aspx
Ad hoc communication channel :
Name : Mercell

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 07/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 93 Day
Information about public opening :
Opening date : 07/07/2025 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 : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 9999
Justification for the duration of the framework agreement : The duration of the framework agreement is up to 4 years (2 + 1 + 1) in accordance with the procurement regulations § 26-1 fourth paragraph, which gives access to framework agreements with a duration of up to four years. The length is considered appropriate in order to ensure continuity and predictability in the planning and execution of the municipality ́s construction projects.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag Tingrett -
Information about review deadlines : Tenderers who believe an error has occurred in the procurement process can complain to the contracting authority as soon as possible. Appeals can also be lodged with the Appeals Board for public procurements (KOFA). Complaints to KOFA must normally be filed within 6 months of the tenderer receiving or ought to have gained knowledge of the complaining relationship, cf. the Appeals Board for Public Procurements § 6. If a provisional injunction is sought in accordance with the Disputes Act, this must occur before the contract is signed. A waiting period of 10 days will be practised from the notification of the award decision before the contract is signed, cf. the Public Procurement Regulations § 25-3.

8. Organisations

8.1 ORG-0001

Official name : Frøya Kommune
Registration number : 964982597
Postal address : Rådhusgata 25
Town : SISTRANDA
Postcode : 7261
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Jon Audun Kvalbein
Telephone : +47 72463200
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag Tingrett
Registration number : 926722794
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 58064e4e-e2ad-4d0a-ab25-308382107c17 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/06/2025 09:24 +00:00
Notice dispatch date (eSender) : 04/06/2025 09:36 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00364106-2025
OJ S issue number : 107/2025
Publication date : 05/06/2025