Development of municipal and development plans and development plans etc. - framework agreement.

The competition is for the preparation of municipal and development plans and branches etc. - framework agreement. The procurement ́s value is estimated to: NOK 2,000,000 - 3,500,000 excluding VAT per annum. Maximum value for the entire contract period, including any options and expected price rise: NOK 15,000,000 excluding VAT. …

CPV: 71000000 Architectural, construction, engineering and inspection services, 71200000 Architectural and related services, 71240000 Architectural, engineering and planning services, 71300000 Engineering services, 71356400 Technical planning services, 71400000 Urban planning and landscape architectural services, 71410000 Urban planning services
Deadline:
Nov. 17, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
Development of municipal and development plans and development plans etc. - framework agreement.
Awarding body:
Stord kommune
Award number:
25284

1. Buyer

1.1 Buyer

Official name : Stord 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 : Development of municipal and development plans and development plans etc. - framework agreement.
Description : The competition is for the preparation of municipal and development plans and branches etc. - framework agreement. The procurement ́s value is estimated to: NOK 2,000,000 - 3,500,000 excluding VAT per annum. Maximum value for the entire contract period, including any options and expected price rise: NOK 15,000,000 excluding VAT. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. See the procurement documents for further information. This procurement is considered to have an immaterial impact on climate and environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor. The contracting authority has assessed the procurement against the apprentice regulations, cf. the Procurement Act §7, and concluded that there is no requirement for apprentices in this procurement as the contract ́s main element does not include work where it is relevant to use labour with vocational certificates, cf. the apprentice regulations § 6 (3) and as there is not much need for apprenticeships for the education courses that are relevant for this procurement. Cf. the apprentice regulations § 6(2).
Procedure identifier : 30f111bc-2c25-4b5f-9364-8753da2cbf65
Internal identifier : 25284
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The competition will be held in accordance with the Public Procurement Act from 17 June 2016 no. 73 (LOA), with the accompanying regulations of 12 August 2016 no. 974 (FOA), as well as the provisions in this tender documentation. The competition will be held as TED - an open tender contest in accordance with the regulations Parts I and III. All interested tenderers can submit tenders for this type of procedure. Negotiations are not allowed. The procurement is announced in the DOFFIN and TED database.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71410000 Urban planning services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 15 000 000 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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Development of municipal and development plans and development plans etc. - framework agreement.
Description : The competition is for the preparation of municipal and development plans and branches etc. - framework agreement. The procurement ́s value is estimated to: NOK 2,000,000 - 3,500,000 excluding VAT per annum. Maximum value for the entire contract period, including any options and expected price rise: NOK 15,000,000 excluding VAT. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. See the procurement documents for further information. This procurement is considered to have an immaterial impact on climate and environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor. The contracting authority has assessed the procurement against the apprentice regulations, cf. the Procurement Act §7, and concluded that there is no requirement for apprentices in this procurement as the contract ́s main element does not include work where it is relevant to use labour with vocational certificates, cf. the apprentice regulations § 6 (3) and as there is not much need for apprenticeships for the education courses that are relevant for this procurement. Cf. the apprentice regulations § 6(2).
Internal identifier : 25284

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71410000 Urban planning services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 08/12/2025
Duration end date : 07/12/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone
Maximum value of the framework agreement : 15 000 000 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 : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Prices and Costs
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Solution proposal
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Assignment specific competence
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25

5.1.11 Procurement documents

Deadline for requesting additional information : 05/11/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=71880

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 17/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 80 Day
Information about public opening :
Opening date : 17/11/2025 11:01 +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 : 99
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Haugaland og Sunnhordland tingrett
Information about review deadlines : -
Organisation providing more information on the review procedures : Stord kommune

8. Organisations

8.1 ORG-0001

Official name : Stord kommune
Registration number : 939866914
Department : Innkjøp
Postal address : Postboks 304
Town : Stord
Postcode : 5402
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Jacob Sebastian Scheid
Telephone : +47 53 49 66 00
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Haugaland og Sunnhordland tingrett
Registration number : 926 723 405
Postal address : Postboks 385
Town : Haugesund
Postcode : 5501
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 70 14 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 3cde21b5-d240-4154-b2a7-6b28aed64122 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/10/2025 08:27 +00:00
Notice dispatch date (eSender) : 10/10/2025 08:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00671961-2025
OJ S issue number : 196/2025
Publication date : 13/10/2025