R01773 - User surveys

The Norwegian Defence Estates Agency has been given an assignment under the objective 'Professional and general advice'. Verification of this result target is connected to the user ́s experience of consultancy through user and resident surveys connected to the consultant role. The next user and resident survey shall be carried …

CPV: 79311000 Survey services, 79311200 Survey conduction services
spriocdháta:
Meith. 12, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
R01773 - User surveys
clárlann:
Forsvarsbygg
uimhir dámhachtana:
2025/1584

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : R01773 - User surveys
Description : The Norwegian Defence Estates Agency has been given an assignment under the objective 'Professional and general advice'. Verification of this result target is connected to the user ́s experience of consultancy through user and resident surveys connected to the consultant role.  The next user and resident survey shall be carried out by the end of 2026. It is a prerequisite that the satisfaction surveys support The Norwegian Defence Estates Agency's business activities, as well as measuring the factors that are of importance for contributing to the business reaching its targets. The Ministry of Defence ́s need for verification of the quality and effect of the Norwegian Defence Estates Agency consultancy service is a premise for the investigations. At the same time, the surveys shall be designed in accordance with the - and actively applying the findings - in their continual improvement work.
Procedure identifier : 52658334-e3a2-49bc-92c3-d3f0aea06f7a
Internal identifier : 2025/1584
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Tenderers must have competence and capacity to develop and carry out major user and resident surveys on an annual/second year basis. At the same time, tenderers must contribute to the establishment and first start of automated assignment evaluations, which The Norwegian Defence Estates Agency can distribute and execute as needed throughout the year. The Norwegian Defence Estates Agency shall have an option to procure other equivalent investigations as those listed in this document. This can be relevant at any time during the agreement period. This is an ongoing contract.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79311200 Survey conduction services
Additional classification ( cpv ): 79311000 Survey services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 3 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - See documents in the competition

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 : R01773 - User surveys
Description : The Norwegian Defence Estates Agency has been given an assignment under the objective 'Professional and general advice'. Verification of this result target is connected to the user ́s experience of consultancy through user and resident surveys connected to the consultant role.  The next user and resident survey shall be carried out by the end of 2026. It is a prerequisite that the satisfaction surveys support The Norwegian Defence Estates Agency's business activities, as well as measuring the factors that are of importance for contributing to the business reaching its targets. The Ministry of Defence ́s need for verification of the quality and effect of the Norwegian Defence Estates Agency consultancy service is a premise for the investigations. At the same time, the surveys shall be designed in accordance with the - and actively applying the findings - in their continual improvement work.
Internal identifier : 2025/1584

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79311200 Survey conduction services
Additional classification ( cpv ): 79311000 Survey services
Options :
Description of the options : The contract period is 2 (two) years from the delivery date. The agreement will then be renewed automatically for 1 (one) year at a time, unless 3 (three) months notice is given by the Norwegian Defence Estates Agency before the renewal date. Tenderers can give notice on the contract with 12 (twelve) months notice before the renewal date.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 3 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Foreign suppliers must provide documentation that the company is legally registered in their home country. Norwegian suppliers do not need to document compliance with the requirement beyond providing a tax and VAT certificate, cf. below. ‘Certificate for tax and value added tax’ (RF-1316). The certificate can be ordered via www.altinn.no. The certificate must not be older than 6 months from the tender deadline. (only for Norwegian suppliers)
Criterion : Financial ratio
Description : The supplier must have good finances, which means that the supplier must be creditworthy without any requirement for collateral. The minimum creditworthiness requirement is rating A or equivalent. Credit rating of the supplier that is no older than 6 months from the end of the tender deadline. The result of the credit rating shall be presented as a graded value (letters or numbers) against a defined scale. The credit rating shall include an assessment of the supplier's payment history/reliability. NB! If the supplier, in order to meet the requirement, refers to guarantees provided by other companies (e.g. parent company), a corresponding credit rating from this company must be provided. A legally binding confirmation from this company must also be provided that they are jointly and severally liable for any liability under the contract. Documentation requirements: Newly established companies that cannot provide a relevant credit rating may attach alternative documentation that includes accounts/balance sheet, key figures, payment history and payment remarks.
Criterion : References on specified services
Description : The supplier (as a company) must have relevant experience and expertise within deliveries of a similar nature that are covered by this agreement. Documentation requirements: Overview of the three (3) most important deliveries within user surveys that the supplier has carried out during the last five years, together with information on the value of the contract, time of execution and name and contact information of the recipient of the services. Forsvarsbygg reserves the right to contact the specified reference persons to confirm the assignment. NB! When using a subcontractor to meet the overall requirement, a separate document must be attached for the subcontractor, as well as completion of the ESPD.
Criterion : Number of managerial staff
Description : The supplier must have the capacity to carry out the assignment subject to the agreement. Ducumentation requirements: Description of the supplier's average annual workforce and number of management employees over the past three years. Description of how large a portion of the contract the supplier considers subcontracting. Appendix 4 "Subcontractor overview" must be filled out.
Criterion : Average yearly manpower
Description : Ref above
Criterion : Subcontracting proportion
Description : See part 1 of the tender documents
Criterion : Certificates by independent bodies about quality assurance standards
Description : See part 1 of the tender documents
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : See part 1 of the tender documents

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/256543216.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 : 12/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 12/06/2025 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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : See documents in the competition

8. Organisations

8.1 ORG-0001

Official name : Forsvarsbygg
Registration number : 975950662
Postal address : Grev Wedels plass 5
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Kristin Svendsen
Telephone : 46870400
Internet address : http://www.forsvarsbygg.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0130
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 6209f5bf-7ac3-44eb-8c15-69d5c44749eb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/05/2025 07:26 +00:00
Notice dispatch date (eSender) : 09/05/2025 08:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00303482-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025