Framework agreement for engineering design and consulting services (qualification phase).

Vaksdal municipality intends to enter into a framework agreement with one tenderer to assist the municipality with engineering design services and consultancy services for several upcoming projects. The aim of the procurement is to cover the municipality ́s ongoing need for engineering design and consultancy competence. The framework agreement mainly …

CPV: 71200000 Architectural and related services, 71310000 Consultative engineering and construction services, 71300000 Engineering services, 71311000 Civil engineering consultancy services, 71311210 Highways consultancy services, 71311300 Infrastructure works consultancy services, 71313000 Environmental engineering consultancy services, 71315210 Building services consultancy services, 71318000 Advisory and consultative engineering services, 71320000 Engineering design services, 71321300 Plumbing consultancy services, 71322200 Pipeline-design services, 71322300 Bridge-design services, 71332000 Geotechnical engineering services, 71351200 Geological and geophysical consultancy services, 71500000 Construction-related services, 71600000 Technical testing, analysis and consultancy services, 90713000 Environmental issues consultancy services
Place of execution:
Framework agreement for engineering design and consulting services (qualification phase).
Awarding body:
Vaksdal kommune
Award number:
2025/600

1. Buyer

1.1 Buyer

Official name : Vaksdal 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 : Framework agreement for engineering design and consulting services (qualification phase).
Description : Vaksdal municipality intends to enter into a framework agreement with one tenderer to assist the municipality with engineering design services and consultancy services for several upcoming projects. The aim of the procurement is to cover the municipality ́s ongoing need for engineering design and consultancy competence. The framework agreement mainly includes engineering design and consultancy services for water and sewage, roads (including a bridge and quay) and landslides and avalanche protection. However, in some projects it may be necessary to ask other disciplines at the tenderer.
Procedure identifier : c3631609-3ab5-4d2a-8224-bb8fb5a3c8ae
Previous notice : 107579-2025
Internal identifier : 2025/600
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : This procurement will be carried out in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the regulation 12 August 2016 no. 974 on public procurements (FOA). The procurement will be carried out as a negotiated procedure after a prior notice in accordance with PPR parts I and III. This procedure gives all interested suppliers the possibility to submit a request for participation in the competition. Only tenderers who are qualified and then invited by the contracting authority can submit a tender.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311210 Highways consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71322300 Bridge-design services
Additional classification ( cpv ): 71332000 Geotechnical engineering services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 90713000 Environmental issues consultancy services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone
Maximum value of the framework agreement : 30 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - This procurement will be carried out in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the regulation 12 August 2016 no. 974 on public procurements (FOA). The procurement will be carried out as a negotiated procedure after a prior notice in accordance with PPR 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 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 : Framework agreement for engineering design and consulting services (qualification phase).
Description : Vaksdal municipality intends to enter into a framework agreement with one tenderer to assist the municipality with engineering design services and consultancy services for several upcoming projects. The aim of the procurement is to cover the municipality ́s ongoing need for engineering design and consultancy competence. The framework agreement mainly includes engineering design and consultancy services for water and sewage, roads (including a bridge and quay) and landslides and avalanche protection. However, in some projects it may be necessary to ask other disciplines at the tenderer.
Internal identifier : 2025/600

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311210 Highways consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71322300 Bridge-design services
Additional classification ( cpv ): 71332000 Geotechnical engineering services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 90713000 Environmental issues consultancy services
Options :
Description of the options : The framework agreement period will be 2 years. The contracting authority has the option to extend the contract for 1 year at a time, up to 2 years. The maximum contract period is 4 years.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone
Maximum value of the framework agreement : 30 000 000 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) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Qualification requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax certificate not older than six months from the tender deadline.
Criterion : Enrolment in a trade register
Description : Qualification requirement: Tenderers shall be a legally established company. Documentation requirement: Company Registration Certificate.
Criterion : Other economic or financial requirements
Description : Qualification requirement: The tenderer shall have the financial strength to be able to fulfil the contract. Documentation requirement: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from 2022, 2023 and 2024.
Criterion : Technicians or technical bodies for quality control
Description : Qualification requirement: Tenderers shall have experience from relevant deliveries (see the tender documentation point 7.3.5 for further details on what is seen as relevant deliveries). Documentation requirement: Annex 3 - The tenderer's reference descriptions.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 100
Criterion : Certificates by independent bodies about quality assurance standards
Description : Qualification requirement: Tenderers shall have a documented quality management system. Documentation requirement: A description of the tenderer's quality management system, of a maximum of 2 A4 pages, including a font size of 10 points or greater, in the Open Sans font. The top, bottom and side margins shall be at a minimum of 2.5 cm. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hourly rate for offered resources
Description : Award criterium: Hourly rate for the offered resources. The price will be assessed on the basis of the total sum stated in the summation of hourly rates for the offered resources in the price form. Documentation requirement: Tenderers shall submit the following: Completed Annex 5 Annex 1 - Price Form. All prices shall be stated in NOK excluding VAT. See Annex 5 Annex 1 - Price Form for further information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : The offered system
Description : The award criteria will be assessed comprehensively on the basis of the following topics: A) Competence and experience offered to the core team B) Implementation of assignments
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 21/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/261398339.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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 01/09/2025 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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett
Information about review deadlines : In accordance with the Procurement Regulations.
Organisation providing additional information about the procurement procedure : Inventura AS
Organisation providing offline access to the procurement documents : Inventura AS
Organisation receiving requests to participate : Inventura AS
Organisation processing tenders : Inventura AS

8. Organisations

8.1 ORG-0001

Official name : Inventura AS
Registration number : 983351417
Postal address : Solheimsgaten 15
Town : Bergen
Postcode : 5058
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Lina Halling
Telephone : +47 55134480
Internet address : https://www.inventura.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Vaksdal kommune
Registration number : 961821967
Town : Dalekvam
Postcode : 5722
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55134480
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Hordaland tingrett
Registration number : 926723367
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55699700
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 75b519ac-3b8c-44f9-a749-db40e03dc29c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/07/2025 11:17 +00:00
Notice dispatch date (eSender) : 09/07/2025 11:33 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00450684-2025
OJ S issue number : 130/2025
Publication date : 10/07/2025