Dynamic purchasing system, procurement of services within - Building Administration

Rogaland county would like to establish a dynamic purchasing system for consultancy services within building and construction. The need for services can be relevant in all of Rogaland county and for all departments in the organisation for construction work and shall cover the contracting authority ́s need for services. DPS …

CPV: 71241000 Estudio de viabilidad, servicios de asesoramiento, análisis, 71310000 Servicios de consultoría en ingeniería y construcción, 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, 71322000 Servicios de diseño técnico para la construcción de obras de ingeniería civil, 71327000 Servicios de diseño de la estructura, 71500000 Servicios relacionados con la construcción, 71540000 Servicios de gestión de obras, 71541000 Servicios de gestión de proyectos de construcción, 71800000 Servicios de consultoría en suministro de agua y en materia de desechos, 72220000 Servicios de consultoría en sistemas y consultoría técnica, 72224000 Servicios de consultoría en gestión de proyectos
Plazo:
1 de julio de 2035 a las 22:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Dynamic purchasing system, procurement of services within - Building Administration
Organismo adjudicador:
Rogaland fylkeskommune
Número de premio:
2025/49284

1. Buyer

1.1 Buyer

Official name : Rogaland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Dynamic purchasing system, procurement of services within - Building Administration
Description : Rogaland county would like to establish a dynamic purchasing system for consultancy services within building and construction. The need for services can be relevant in all of Rogaland county and for all departments in the organisation for construction work and shall cover the contracting authority ́s need for services. DPS Building Administration will be divided between Building/Property and Transport.
Procedure identifier : 66e341b4-f63f-4d7e-9ab6-fa85e3affffc
Internal identifier : 2025/49284
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Open tender contest. Qualification of applicants.

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Main classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
Additional classification ( cpv ): 71310000 Consultative engineering and construction 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 ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : The whole of Rogaland

2.1.3 Value

Estimated value excluding VAT : 50 000 000 Norwegian krone

2.1.4 General information

Additional information : The obligation to make requirements or criteria according to this provision in PPR §7.9 (5) does not apply if the procurement, in its nature, has a climate footprint and an environmental impact that is immaterial and this is justified in the procurement documents. The contracting authority will, based on its assessment, use the exclusion provisions in the procurement regulations § 7-9 fifth paragraph. The contracting authority is exempted from the obligation to weight the environment 30% or to prioritise the environment among the three high priority the award criteria in this procurement.
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 : Dynamic purchasing system, procurement of services within - Building Administration
Description : Rogaland county would like to establish a dynamic purchasing system for consultancy services within building and construction. The need for services can be relevant in all of Rogaland county and for all departments in the organisation for construction work and shall cover the contracting authority ́s need for services. DPS Building Administration will be divided between Building/Property and Transport.
Internal identifier : 2025/49284

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Main classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
Additional classification ( cpv ): 71310000 Consultative engineering and construction 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 ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : The whole of Rogaland

5.1.3 Estimated duration

Duration : 10 Year

5.1.5 Value

Estimated value excluding VAT : 50 000 000 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
Additional information : The obligation to make requirements or criteria according to this provision in PPR §7.9 (5) does not apply if the procurement, in its nature, has a climate footprint and an environmental impact that is immaterial and this is justified in the procurement documents. The contracting authority will, based on its assessment, use the exclusion provisions in the procurement regulations § 7-9 fifth paragraph. The contracting authority is exempted from the obligation to weight the environment 30% or to prioritise the environment among the three high priority the award criteria in this procurement.

5.1.7 Strategic procurement

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=64524

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
Deadline for receipt of tenders : 01/07/2035 22:00 +00:00
Deadline until which the tender must remain valid : 0 Day
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Yes
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 :
Dynamic purchasing system, also usable by buyers not listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Information about review deadlines : See the tender documentation.

8. Organisations

8.1 ORG-0001

Official name : Rogaland fylkeskommune
Registration number : 971 045 698
Department : Avdeling anskaffelser
Postal address : Ankerkvartalet, Haakon VIIs gate 9
Town : Stavanger
Postcode : 4005
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Elin Kro
Telephone : +47 51516600
Roles of this organisation :
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Postal address : Postboks 159
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : fc6f6bb0-e78a-4d77-8892-0026f5dbea0f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/07/2025 08:32 +00:00
Notice dispatch date (eSender) : 02/07/2025 08:45 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00432446-2025
OJ S issue number : 125/2025
Publication date : 03/07/2025