Competition R01774 - Consultancy services Indoor climate factors

The Norwegian Defence Estates Agency invites tenderers to submit tenders for the following assignment: Consultancy services inside climate factors. The Norwegian Defence Estates Agency invites tenderers to submit tenders for the following assignment: Consultancy services inside climate factors.

CPV: 71600000 Technical testing, analysis and consultancy services, 71621000 Technical analysis or consultancy services, 90650000 Asbestos removal services, 90700000 Environmental services, 90713000 Environmental issues consultancy services
Deadline:
July 16, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Competition R01774 - Consultancy services Indoor climate factors
Awarding body:
Forsvarsbygg
Award number:
2025/1603

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Competition R01774 - Consultancy services Indoor climate factors
Description : The Norwegian Defence Estates Agency invites tenderers to submit tenders for the following assignment: Consultancy services inside climate factors.
Procedure identifier : d5405a07-181b-40c8-972b-ed2b05816ff9
Internal identifier : 2025/1603
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The Norwegian Defence Estates Agency invites tenderers to submit tenders for the following assignment: Consultancy services inside climate factors.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 90650000 Asbestos removal services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 90713000 Environmental issues consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 10 800 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Selected based on the nature of the competition

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 of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : Competition R01774 - Consultancy services Indoor climate factors
Description : The Norwegian Defence Estates Agency invites tenderers to submit tenders for the following assignment: Consultancy services inside climate factors.
Internal identifier : 2025/1603

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 90650000 Asbestos removal services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 90713000 Environmental issues consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 10 800 000 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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : The tenderer shall be a legally registered company. 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.
Criterion : Other economic or financial requirements
Description : The tenderer shall have the tax and duty payments in order. '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)
Criterion : Other economic or financial requirements
Description : Tenderers shall have sufficient the financial capacity to implement Contract. Tenderers shall be Credit worthy. Minimum rate A, or equivalent. Credit rating, undertaken by a company that can legally carry out credit rating, by the tenderer, not older than 6 months calculated from the expiry of the application deadline. The credit rating shall include an assessment of the tenderer's payment history/reliability. Result of the credit rating must be stated as a graded value (letters or numbers) on a defined scale. If the tenderer, in order to meet the requirement, refer to guarantees from other companies (e.g. the parent company), equivalent credit appraisal from this shall be submitted. Company. Furthermore, a legally binding confirmation from this company that they have joint and several for any liability under the contract.
Criterion : References on specified deliveries
Description : Tenderers shall have good experience from equivalent deliveries. With equivalent deliveries means, for example, framework agreements or equivalent, with assignments of a similar nature and complexity. Tenderers shall present a list of the tenderer ́s most important relevant deliveries in the last five years. The list shall provide information on the tenderer's role in the reference project, as well as the value of the tenderer's deliveries, dates, duration and the name of the contracting authority.
Criterion : Technicians or technical bodies to carry out the work
Description : The tenderer shall have the necessary capacity to execute the framework agreement. Tenderers shall provide a description of the average workforce and the number of employees in the management in the last three years. Description of how much of the contract the tenderer is considering to outsource to sub-suppliers.
Criterion : Certificates by quality control institutes
Description : Tenderers are required to have a well functioning quality assurance/management system for the services provided. Certification certificate for the relevant quality assurance standard, for example NS-EN ISO 9001. (Other certificates issued by bodies may also be submitted. in other EEA states that comply with the community rules or relevant European or international standards regarding certification). If a tenderer is not certified, documentation shall be given that there is a well-functioning quality assurance system.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have satisfactory management systems within environmental management that cover the activities included in the agreement. Tenderers shall enclose valid certificates from third party verified systems, e.g. Eco-Lighthouse ISO 14001 EMAS. Other equivalent environmental management systems can also be accepted, but then after these have been assessed concretely from the submitted documentation.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 09/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259629070.aspx

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
Deadline for receipt of tenders : 16/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 16/07/2025 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 : Required
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Information about review deadlines : Ten Days

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 : Maria-Charlott Hallum
Telephone : 95889271
Internet address : http://www.forsvarsbygg.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : d4fb6a13-980d-424e-8b17-472a57a00e15 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/06/2025 13:32 +00:00
Notice dispatch date (eSender) : 16/06/2025 14:05 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00394361-2025
OJ S issue number : 115/2025
Publication date : 18/06/2025