Digitalisation of properties (1)

The Agency for Real Estate and Urban Renewal (EBY) owns and manages properties in Oslo. EBY would like to digitalise its drawing archive and facilitate interactive use of plan drawings in the management of properties. Tenders are thus wanted for 3D scanning and modelling of the properties. The Agency for …

CPV: 71315300 Building surveying services, 71251000 Architectural and building-surveying services, 71300000 Engineering services, 71354100 Digital mapping services, 71355000 Surveying services, 71355100 Photogrammetry services, 71355200 Ordnance surveying, 71356100 Technical control services, 71356200 Technical assistance services, 71356300 Technical support services, 71356400 Technical planning services
Deadline:
May 26, 2025, 10 p.m.
Deadline type:
Submitting a bid
Place of execution:
Digitalisation of properties (1)
Awarding body:
Oslo kommune v/ Eiendoms- og byfornyelsesetaten
Award number:
25/1791

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Eiendoms- og byfornyelsesetaten
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 : Digitalisation of properties (1)
Description : The Agency for Real Estate and Urban Renewal (EBY) owns and manages properties in Oslo. EBY would like to digitalise its drawing archive and facilitate interactive use of plan drawings in the management of properties. Tenders are thus wanted for 3D scanning and modelling of the properties.
Procedure identifier : f473c5e4-b2cc-4232-b919-c1b2b9b79a3f
Internal identifier : 25/1791
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71315300 Building surveying services
Additional classification ( cpv ): 71251000 Architectural and building-surveying services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71354100 Digital mapping services
Additional classification ( cpv ): 71355000 Surveying services
Additional classification ( cpv ): 71355100 Photogrammetry services
Additional classification ( cpv ): 71355200 Ordnance surveying
Additional classification ( cpv ): 71356100 Technical control services
Additional classification ( cpv ): 71356200 Technical assistance services
Additional classification ( cpv ): 71356300 Technical support services
Additional classification ( cpv ): 71356400 Technical planning services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The properties that shall be scanned are stated in the documents.

2.1.3 Value

Estimated value excluding VAT : 7 500 000 Norwegian krone

2.1.4 General information

Additional information : In this procurement, the largest the environmental impact of being connected to transport and general office operation. In the competition there are contract requirements for environmentally friendly transport, as well as qualification requirements. about a satisfactory environmental management system. Beyond this, the contract object's environmental footprint as so low that it is not relevant to use the environment as a award criteria, cf. the Public Procurement Regulations § 7-9 fourth paragraph.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
Purely national exclusion grounds : The following rejection reasons are purely national: 1. The Public Procurement Regulations § 24-2 states that "the contracting authority shall also reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a writy for the following punishable conditions: a) participation in a criminal organisation b) corruption c) fraud d) acts of terrorism or criminal acts relating to terrorist activity e) whitewashing money or financing terrorism f) child labour and other forms of human trafficking. The requirement that the Contracting Authority shall reject tenderers who have accepted a wrearact for the stated punishable conditions is a distinctively Norwegian requirement. 2. Of foa 24-2(3) letter in follows that «Oppdragiveren kan avvise en leverandør [...] when the contracting authority can document that the tenderer has otherwise committed serious errors that cause doubt about his professional integrity." The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Digitalisation of properties (1)
Description : The Agency for Real Estate and Urban Renewal (EBY) owns and manages properties in Oslo. EBY would like to digitalise its drawing archive and facilitate interactive use of plan drawings in the management of properties. Tenders are thus wanted for 3D scanning and modelling of the properties.
Internal identifier : 25/1791

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71315300 Building surveying services
Additional classification ( cpv ): 71251000 Architectural and building-surveying services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71354100 Digital mapping services
Additional classification ( cpv ): 71355000 Surveying services
Additional classification ( cpv ): 71355100 Photogrammetry services
Additional classification ( cpv ): 71355200 Ordnance surveying
Additional classification ( cpv ): 71356100 Technical control services
Additional classification ( cpv ): 71356200 Technical assistance services
Additional classification ( cpv ): 71356300 Technical support services
Additional classification ( cpv ): 71356400 Technical planning services
Options :
Description of the options : Option 1: Scanning and digitalisation of up to 10,000 m2 in 2026 Option 2: Scanning and digitalisation of up to 10,000 m2 in 2027.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The properties that shall be scanned are stated in the documents.

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 7 500 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)
Additional information : In this procurement, the largest the environmental impact of being connected to transport and general office operation. In the competition there are contract requirements for environmentally friendly transport, as well as qualification requirements. about a satisfactory environmental management system. Beyond this, the contract object's environmental footprint as so low that it is not relevant to use the environment as a award criteria, cf. the Public Procurement Regulations § 7-9 fourth paragraph.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity to be able to fulfil the contract.
Description : This means: • Minimum NOK 4 million in operational income from the last available annual accounts. • Satisfactory liquidity and solidity
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Legally established company
Description : Registration in company register
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Relevant experience
Description : Equivalent assignments means digitalisation/procurement of buildings with associated rent conditions. Short description of the most important deliveries in the last three years, including information on the contract ́s value, date of delivery as well as the name of the contracting authority and a description of the assignment ́s content.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Tenderers shall have a relevant quality assurance system for the content of the contract. Alternatively, a certificate for the company's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Mlijø management system
Description : Tenderers are required to have a satisfactory environmental management system. A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation. Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in Regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Rates
Description : Hourly rates for the offered resources, in accordance with the stated price form.
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Competence and experience
Description : CVs for offered consultants.
Weight (percentage, exact) : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 26/05/2025 22:00 +00:00
Information about public opening :
Opening date : 27/05/2025 11:10 +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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Eiendoms- og byfornyelsesetaten
Registration number : 874780782
Postal address : Christian Krohgs gate 16
Town : Oslo
Postcode : 0186
Country : Norway
Contact point : Ole Magnus Mostad
Telephone : +47 21802180
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : a99d174b-75eb-428f-95ff-d62aea99c602 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/04/2025 16:14 +00:00
Notice dispatch date (eSender) : 26/04/2025 16:27 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00275746-2025
OJ S issue number : 83/2025
Publication date : 29/04/2025