Architect and consultancy services

BMU, c/o the Property Department, would like, via this competition, to enter into a framework agreement for the provision of architect and consultancy services for several renovation and renovation projects. The contracting authority shall enter into a contract with a minimum of two (2) and up to three (3) tenderers. …

CPV: 71210000 Advisory architectural services, 71240000 Architectural, engineering and planning services, 71313000 Environmental engineering consultancy services, 71313200 Sound insulation and room acoustics consultancy services, 71314000 Energy and related services, 71314300 Energy-efficiency consultancy services, 71315000 Building services, 71315210 Building services consultancy services, 71317100 Fire and explosion protection and control consultancy services, 71321000 Engineering design services for mechanical and electrical installations for buildings, 71321200 Heating-system design services, 71321400 Ventilation consultancy services, 71541000 Construction project management services, 79932000 Interior design services
spriocdháta:
Meith. 18, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Architect and consultancy services
clárlann:
Stavanger kommune
uimhir dámhachtana:
2025/234063

1. Buyer

1.1 Buyer

Official name : Stavanger kommune
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Architect and consultancy services
Description : BMU, c/o the Property Department, would like, via this competition, to enter into a framework agreement for the provision of architect and consultancy services for several renovation and renovation projects. The contracting authority shall enter into a contract with a minimum of two (2) and up to three (3) tenderers. As of d.d. the project portfolio has not been identified, but there is an expectation of a consultancy framework of NOK 6 million excluding VAT per annum. The extent of the project will be decided politically through the Action and Finance Plan (HØP).
Procedure identifier : fd1c4ef4-7269-4e4f-b538-1ca11411e59f
Internal identifier : 2025/234063
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The assignments carried out within this framework have a large variation on the extent. The small ones can be changing doors in a building, but the larger ones can be additions and renovations of existing buildings. Most often the buildings will be in operation during reconstruction, which must be taken into account. See the tender documents for further details. All trades must be covered by the tender. The contracting authority would like one gender neutral preferred per tender.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71314000 Energy and related services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315000 Building services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 79932000 Interior design services

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 24 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Stavanger municipality is a municipal authority and is therefore covered by the rules in the procurement regulations, cf. the Public Procurement Regulations § 1-2, cf. § 1-1.

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 : Architect and consultancy services
Description : BMU, c/o the Property Department, would like, via this competition, to enter into a framework agreement for the provision of architect and consultancy services for several renovation and renovation projects. The contracting authority shall enter into a contract with a minimum of two (2) and up to three (3) tenderers. As of d.d. the project portfolio has not been identified, but there is an expectation of a consultancy framework of NOK 6 million excluding VAT per annum. The extent of the project will be decided politically through the Action and Finance Plan (HØP).
Internal identifier : 2025/234063

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71314000 Energy and related services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315000 Building services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 79932000 Interior design services

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 24 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade 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. Minimum qualification requirements Demand: The tenderer shall be a legally established company. Documentation proof: Tenderers must prove that they are registered in a trade or other business register as prescribed by the law of the country where they are established. Documentation for Norwegian companies will, for example, be a company registration certificate from the Brønnøysund Register Centre. The documentation shall not be older than 6 months from the tender deadline.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Demand: Tenderers must have the financial ability to carry out the contract. Documentation proof: As documentation, the Contracting Authority will obtain a Commercial Delphi Score from Experian. Tenderers must be in risk class 4 or higher on the Experian scale. It is a prerequisite that the tenderer has known registered information about the company and consents by submitting the tender for the information to be collected and used as a basis for assessing the tenderer's financial conditions. If the tenderer is aware that the requirement for financial ability to fulfil the contract cannot be met through a credit rating as stated above, the tenderer must submit other documentation confirming/explaining that the financial ability is satisfactory to fulfil the contract. If the contracting authority ́s credit information about each company does not include a credit rating, or the tenderer does not comply with the credit rating requirement, the Contracting Authority may attempt to cover its documentation need in another way, either by assessing whether the financial ability is satisfactory based on the other information presented in the system from Experian or by collecting other documentation.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Company requirements: Experience from at least three similar assignments is required. Equivalent assignments means schools, nurseries, sheltered accommodation flats and nursing homes. Documentation proof: Tenderers must be able to present a list of the most important deliveries or services performed in the last three years, which shall as a minimum contain: • Brief description of the assignment (type of building, energy class, area) • Size or value of the deliveries • Date (contract period) • Names and a brief description of the customers • Telephone number, e-mail address and name of contact persons at the customers. Relevant customers from the list may be contacted.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Requirement: The tenderer shall have the necessary capacity and competence to meet the needs of the execution of the assignment. The following key personnel shall be offered, as stated in the description and price form. The offered key personnel shall, as a minimum, have formal education for their profession and 5 years experience. Documentation: Tenderers must be able to present an overview of manpower for this assignment for key personnel who will carry out the assignment. It is not necessary to provide information on other concrete persons in the project organisation, and only one concrete person shall be offered in each of the roles.
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Requirement: Tenderers shall have an environmental management system to ensure that the tenderer is suitable to meet the environmental requirements set in the tender documentation and the contract terms. Documentation: Tenderers shall, upon request, present a short account, a maximum of one (1) A4 page, stating the tenderer's stated environmental goals, environmental work status in their own business and planned measures, of relevance to this contract. Alternatively, the requirement can be documented fulfilled by fulfilling the documentation requirements as stated in field D and "Certificates issued by independent bodies for environmental management standards".
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Demand: Tenderers shall have a well-functioning quality system suited to the content of the contract. Documentation proof: Tenderers must present a certificate for the company's quality system/management system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001. The contracting authority will also accept other documentation, not issued by an independent body, which shows that the tenderer has equivalent quality assurance measures. A general description must be given of the system ́s content, including an overview of inspection plans and check-lists that are relevant for this contract.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements See the requirements in field C "Environmental Management Measures". As documentation proof, certificates of relevant environmental certification such as ISO 14001 or EMAS, Miljøfyrtårn or other documentation must be presented upon request. Alternatively, requirements for environmental management measures can be fulfilled by documentation requirements as stated in field C "Environmental Management Measures".

5.1.11 Procurement documents

Deadline for requesting additional information : 04/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256959403.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 : 18/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 18/06/2025 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, partly without reopening and partly with reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett -
Organisation providing more information on the review procedures : Sør-Rogaland tingrett -

8. Organisations

8.1 ORG-0001

Official name : Stavanger kommune
Registration number : 964965226
Postal address : Postboks 8001
Town : STAVANGER
Postcode : 4068
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Edith Dallaire Refsland
Telephone : +47 51507090
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926723448
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52004600
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 18f22d01-3feb-46c4-a54b-164e77e28abf - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/05/2025 08:59 +00:00
Notice dispatch date (eSender) : 14/05/2025 10:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00313639-2025
OJ S issue number : 93/2025
Publication date : 15/05/2025