Prequalification - Competition - R01760 - Consultancy services POL Services

The framework agreement is for consulting engineering services for POL services (including RIPOL/RIEPOL/RIVSSPOL/Automation). The service shall provide comprehensive consultancy and engineering design assignments with all disciplines within POL, tank and process installations. It shall apply for ongoing operation, early phase, execution support for minor projects and builder support in large …

CPV: 71300000 Dienstleistungen von Ingenieurbüros, 71310000 Technische Beratung und Konstruktionsberatung, 71314000 Dienstleistungen im Energiebereich, 71317100 Beratung im Bereich Brand- und Explosionsschutz und -überwachung, 71318000 Beratungsdienste von Ingenieurbüros, 71335000 Technische Studien, 71730000 Betriebliche Inspektionen, 71731000 Betriebliche Qualitätskontrolle
Ausführungsort:
Prequalification - Competition - R01760 - Consultancy services POL Services
Vergabestelle:
Forsvarsbygg
Vergabenummer:
2025/992

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg

2. Procedure

2.1 Procedure

Title : Prequalification - Competition - R01760 - Consultancy services POL Services
Description : The framework agreement is for consulting engineering services for POL services (including RIPOL/RIEPOL/RIVSSPOL/Automation). The service shall provide comprehensive consultancy and engineering design assignments with all disciplines within POL, tank and process installations. It shall apply for ongoing operation, early phase, execution support for minor projects and builder support in large projects. The service can include i.a.: Preparation of the Builder's overall strategy, policy and guidelines for POL installations Engineering design services, construction drawings for the construction/alteration of tank installations Specifications Preparation of function descriptions descriptions and construction drawings with the use of the building regulations, with the accompanying guidelines, Compliance and consultancy for internal and external requirements such as, among other things: NS 3935 ITB Engineering design services, execution and commissioningNS 6450 Commissioning and trial operation of technical building installationsNS 3424 Condition analysis for POL installations in accordance with level 2 and 3NEK 420 Risk and EX zone classification and preparation of explosion protection documentNS 5814 Risk assessments in accordance with and analyses and quantitative (third parties). Mil std NATO standard POl installations The service provider shall have special competence and experience in the discipline POL, which includes, among other things: ,Multi-disciplinary engineering design of tank and process facility for aeronautical fuel, and pipeline systems for transferring aeronautical fuel. Commissioning management for tank and process installations Risk assessment for explosive atmosphere, area classification, preparation of zone maps and explosion protection documents. Condition analysis of tank installations. The services will mainly relate to upgrading the existing system. The service can also include other work that naturally comes under the assignment. The delivery shall be able to be carried out nationwide.
Procedure identifier : f731b26c-0e3e-4270-8e50-92a1459426ab
Internal identifier : 2025/992
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 ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71314000 Energy and related 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 ): 71335000 Engineering studies
Additional classification ( cpv ): 71730000 Industrial inspection services
Additional classification ( cpv ): 71731000 Industrial quality control 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 -

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Prequalification - Competition - R01760 - Consultancy services POL Services
Description : The framework agreement is for consulting engineering services for POL services (including RIPOL/RIEPOL/RIVSSPOL/Automation). The service shall provide comprehensive consultancy and engineering design assignments with all disciplines within POL, tank and process installations. It shall apply for ongoing operation, early phase, execution support for minor projects and builder support in large projects. The service can include i.a.: Preparation of the Builder's overall strategy, policy and guidelines for POL installations Engineering design services, construction drawings for the construction/alteration of tank installations Specifications Preparation of function descriptions descriptions and construction drawings with the use of the building regulations, with the accompanying guidelines, Compliance and consultancy for internal and external requirements such as, among other things: NS 3935 ITB Engineering design services, execution and commissioningNS 6450 Commissioning and trial operation of technical building installationsNS 3424 Condition analysis for POL installations in accordance with level 2 and 3NEK 420 Risk and EX zone classification and preparation of explosion protection documentNS 5814 Risk assessments in accordance with and analyses and quantitative (third parties). Mil std NATO standard POl installations The service provider shall have special competence and experience in the discipline POL, which includes, among other things: ,Multi-disciplinary engineering design of tank and process facility for aeronautical fuel, and pipeline systems for transferring aeronautical fuel. Commissioning management for tank and process installations Risk assessment for explosive atmosphere, area classification, preparation of zone maps and explosion protection documents. Condition analysis of tank installations. The services will mainly relate to upgrading the existing system. The service can also include other work that naturally comes under the assignment. The delivery shall be able to be carried out nationwide.
Internal identifier : 2025/992

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 ): 71314000 Energy and related 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 ): 71335000 Engineering studies
Additional classification ( cpv ): 71730000 Industrial inspection services
Additional classification ( cpv ): 71731000 Industrial quality control services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.4 Renewal

Maximum renewals : 5
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will be valid for 2 years, with an option for an extension for up to 1 year at a time, up to 5 times, for a maximum duration of seven years.

5.1.6 General information

Reserved participation : Participation is not reserved.

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 : Economic and financial standing
Name : The tenderer shall have the tax and duty payments in order.
Description : 'Tax and VAT certificate' (RF-1316). The certificate can be ordered via www.altinn.no. The certificate shall not be older than 6 months from the tender deadline. (only for Norwegian tenderers) Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tenderers shall be credit worthy.
Description : Tenderers shall have good solidity and otherwise satisfactory financial capacity to fulfil the contract. Tenderers shall be credit worthy and minimum A or equivalent. Documentation requirement: Tenderers shall have good solidity and otherwise satisfactory financial capacity to fulfil the contract. Tenderers shall be credit worthy and minimum A or equivalent. Minimum qualification requirements
Use of this criterion : 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 : Not 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 : Suitability to pursue the professional activity
Name : The tenderer shall be a legally registered company.
Description : Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below.
Use of this criterion : 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
Criterion :
Type : Technical and professional ability
Name : The tenderer (as a company) shall have sufficient competence within POL installations and services.
Description : Tenderers shall present a list of the five most important and most relevant projects or services performed limited to the last 8 years. The list shall provide information on the tenderer's role in the reference project, as well as the value of the delivery, dates of execution, as well as the name of the public or private recipients. Classified projects for the norwegian defence are to be given with a project number. 'most relevant' related to point 2.1 Minimum requirement for qualification requirements.
Use of this criterion : 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/254070643.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 : 09/05/2025 10:00 +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 qualification/tender documentation.
Financial arrangement : See qualification/tender documentation.
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Electronic auction : no

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 : Oddgeir Tryti
Telephone : 468 70 400
Internet address : http://www.forsvarsbygg.no
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 0d095657-bcb1-4b03-8b89-c34eee3b1458 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/04/2025 11:26 +00:00
Notice dispatch date (eSender) : 07/04/2025 12:14 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00225939-2025
OJ S issue number : 69/2025
Publication date : 08/04/2025