Consultancy services for buildings and properties - Consultant geo engineering engineer (RIG)

The objective of the procurement is to enter into a framework agreement for consultancy services for buildings and property for the discipline; consulting geotechniques engineer (RIG). This ensures that the county has sufficient capacity and good competence for the execution of small and large projects. The framework agreement shall apply …

CPV: 71300000 Servicios de ingeniería, 71310000 Servicios de consultoría en ingeniería y construcción, 71311000 Servicios de consultoría en ingeniería civil, 71312000 Servicios de consultoría en ingeniería de estructuras, 71313200 Servicios de consultoría en aislamiento acústico y acústica arquitectural, 71315000 Instalaciones técnicas de edificios, 71315200 Servicios de consultoría en materia de edificios, 71315210 Servicios de consultoría en acometidas de edificios, 71320000 Servicios de diseño técnico, 71351220 Servicios de consultoría en geología, 71530000 Servicios de consultoría en materia de construcción, 72224000 Servicios de consultoría en gestión de proyectos
Plazo:
13 de noviembre de 2025 a las 11:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Consultancy services for buildings and properties - Consultant geo engineering engineer (RIG)
Organismo adjudicador:
INNLANDET FYLKESKOMMUNE
Número de premio:
2025/21327

1. Buyer

1.1 Buyer

Official name : INNLANDET FYLKESKOMMUNE
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Consultancy services for buildings and properties - Consultant geo engineering engineer (RIG)
Description : The objective of the procurement is to enter into a framework agreement for consultancy services for buildings and property for the discipline; consulting geotechniques engineer (RIG). This ensures that the county has sufficient capacity and good competence for the execution of small and large projects. The framework agreement shall apply for all of Innlandet County and the assignments will be spread throughout Innlandet County.
Procedure identifier : 51493dfe-c364-4cd8-a14a-4c11b9928196
Internal identifier : 2025/21327
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The objective of the procurement is to enter into a framework agreement for consultancy services for buildings and property for the discipline; consulting geotechniques engineer (RIG). This ensures that the county has sufficient capacity and good competence for the execution of small and large projects. The framework agreement shall apply for all of Innlandet County and the assignments will be spread throughout Innlandet County.

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 ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71315000 Building services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The Public Procurement Regulations (the Procurement Regulations)

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 : Consultancy services for buildings and properties - Consultant geo engineering engineer (RIG)
Description : The objective of the procurement is to enter into a framework agreement for consultancy services for buildings and property for the discipline; consulting geotechniques engineer (RIG). This ensures that the county has sufficient capacity and good competence for the execution of small and large projects. The framework agreement shall apply for all of Innlandet County and the assignments will be spread throughout Innlandet County.
Internal identifier : 2025/21327

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 ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71315000 Building services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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 : Notice
Criterion : Enrolment in a relevant professional register
Description : The organisational and legal position of the tenderer. Requirement: The tenderer is 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. Documentation requirement: • Norwegian companies: The tenderer shall be a legally established company. Norwegian companies must document this requirement with a Company Registration Certificate. Foreign companies: Foreign companies must prove that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : The tenderer's economic and financial position. Requirement: Tenderers are required to have good credit worthiness, at least equivalent to Bisnode score A ( www.soliditet.no ), as well as satisfactory economic and financial standing in order to fulfil the contract. Documentation requirement: Tenderers shall not enclose any documentation. The contracting authority will obtain credit rating/financial data itself. If a tenderer is not subject to credit appraisal, or if a tenderer wishes to document that the credit rating gives a misleading picture of the economic situation, the economic and financial position can be substantiated with other appropriate documentation. Tenderers shall particularly justify why the credit rating is not available or why it gives a misleading picture. For companies without a score in the Bisnode base, the contracting authority will assess the accounting figures, possibly obtain external help to assess the tenderer's economic and financial position. Tenderers with temporarily reduced credit rating due to notified fission/fusion or equivalent, may be approved.
Criterion : References on specified services
Description : The tenderer's experience Demand: Tenderers are required to have good experience from comparable contracts. As a minimum, the tenderer must have had a framework agreement with a public contracting authority within consulting disciplines/services, of comparable size and extent. The framework agreement(s) do not need to be within the disciplines/disciplines in this competition. Documentation requirement: Tenderers shall provide a list of the most important contracts in the last five years, including information on the contracting authority, type of agreement, value, date and recipient (name and email), as well as a brief description of the content, scope and obligations of the delivery.
Criterion : Technicians or technical bodies to carry out the work
Description : The tenderer's implementation ability and capacity for implementation of the contract. Requirement: Tenderers are required to have sufficient implementation ability and the capacity to fulfil the contract. Documentation requirement: A statement of the tenderer's organisation and resources (employees and equipment) for implementation of the contract.
Criterion : Certificates by independent bodies about quality assurance standards
Description : The tenderer's quality assurance system. Requirement: Tenderers are required to have a good and well-functioning quality assurance system with relevance for the delivery. Documentation requirement: Documented by a certificate in accordance with ISO 9001 or equivalent third party verified system. Alternatively, fulfilment of the requirement can be documented by an account of the company's system and procedures for quality assurance, including health, environment and safety that is relevant for the delivery.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : The tenderer's environmental management system. Requirement: Tenderers are required to have an environmental management system to ensure a low environmental impact when carrying out the delivery. Documentation requirement: Documented by a valid certificate for Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system that is relevant for the execution of the delivery. Alternatively, compliance with the requirement can be documented by a description of the environmental management system, which as a minimum consists of the following elements: • The company ́s environmental target and environmental policy • Environmental strategy • Execution of the services in an environmentally responsible manner, e.g. waste sorting and transport.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 06/11/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/267467201.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 : 13/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 13/11/2025 11:00 +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 : no
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 : Hedmarken og Østerdal tingrett
Information about review deadlines : -

8. Organisations

8.1 ORG-0001

Official name : INNLANDET FYLKESKOMMUNE
Registration number : 920717152
Postal address : Parkgata 64
Town : HAMAR
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Thomas Øiestad
Telephone : +4762000880
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hedmarken og Østerdal tingrett
Registration number : 926723669
Town : Hamar
Postcode : 2326
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : fd3cf335-e4a8-4ee6-8325-ae64e594fb7f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/10/2025 14:02 +00:00
Notice dispatch date (eSender) : 10/10/2025 07:27 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00671734-2025
OJ S issue number : 196/2025
Publication date : 13/10/2025