Prequalification: Procurement of consultancy services within planning and engineering design.

The aim is to enter into an identical framework agreement with up to 5 tenderers for the provision of consultancy services within planning and engineering design. The aim of the framework agreement is to assist the contracting authority professionally and in processes for grid development projects in Enida ́s area. …

CPV: 71000000 Arhitektonske, građevne, tehničke i inspekcije usluge, 71240000 Arhitektonske usluge, tehničke usluge i usluge planiranja, 71248000 Nadzor projekta i dokumentacija, 71250000 Arhitektonske, tehničke i geodetske usluge, 71300000 Tehničke usluge, 71310000 Savjetodavne tehničke usluge i savjetodavne usluge u građevinarstvu, 71320000 Usluge tehničkog projektiranja, 71500000 Usluge povezane s građevinarstvom, 71520000 Usluge građevinskog nadzora, 71530000 Usluge građevinskog savjetovanja, 71540000 Usluge vođenja gradnje, 71600000 Usluge tehničkog ispitivanja, analize i savjetovanja, 71620000 Usluge analize, 71630000 Usluge tehničkog nadzora i ispitivanja, 71700000 Usluge praćenja i nadzora
mjesto izvršenja:
Prequalification: Procurement of consultancy services within planning and engineering design.
registar:
ENIDA AS
nagradni broj:
E2025

1. Buyer

1.1 Buyer

Official name : ENIDA AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Prequalification: Procurement of consultancy services within planning and engineering design.
Description : The aim is to enter into an identical framework agreement with up to 5 tenderers for the provision of consultancy services within planning and engineering design. The aim of the framework agreement is to assist the contracting authority professionally and in processes for grid development projects in Enida ́s area. Tenderers must facilitate the entity in such a way that it is capacity to meet the contracting authority ́s needs in the contract period. The framework agreement will be valid for 4 years from when the contract is signed. The contracting authority has a unilateral option to extend the contract for a further 2+2 years. The maximum contract period is 8 years. The framework agreement ́s total estimated annual volume is NOK 3,000,000, excluding VAT. The total estimated volume for the framework agreement is NOK 12,000,000, excluding VAT over 4 years, but the estimates are subject to great uncertainty. The maximum value of the framework agreement is NOK 35,000,000 excluding VAT. This includes options. Please note that the stated volumes do not obligate the contracting authority. The total volume will i.a. depend on grants, as well as own capacity at the contracting authority.
Procedure identifier : 699d378f-24d2-4353-bd8c-5dc0527993e7
Internal identifier : E2025
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The aim is to enter into an identical framework agreement with up to 5 tenderers for the provision of consultancy services within planning and engineering design. The aim of the framework agreement is to assist the contracting authority professionally and in processes for grid development projects in Enida ́s area. Tenderers must facilitate the entity in such a way that it is capacity to meet the contracting authority ́s needs in the contract period. The framework agreement will be valid for 4 years from when the contract is signed. The contracting authority has a unilateral option to extend the contract for a further 2+2 years. The maximum contract period is 8 years. The framework agreement ́s total estimated annual volume is NOK 3,000,000, excluding VAT. The total estimated volume for the framework agreement is NOK 12,000,000. excluding VAT over 4 years, but the estimates are subject to great uncertainty. The maximum value of the framework agreement is NOK 35,000,000 excluding VAT. This includes options. Please note that the stated volumes do not obligate the contracting authority. The total volume will i.a. depend on grants, as well as own capacity at the contracting authority. After the tenders have been received, the Contracting Authority plans to carry out negotiations with suppliers. Any negotiations may be carried out in several phases/rounds of negotiations, where the Contracting Authority reserves the right to reduce the number of tenders to be negotiated. A first reduction of the number of tenders can occur prior to the negotiations, cf. the Utilities Regulations § 19-12 (4). Any reductions in the number of tenders will be made on the basis of the award criteria. The contracting authority also reserves the right to award the contract without conducting negotiations.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71248000 Supervision of project and documentation
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71520000 Construction supervision services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71620000 Analysis services
Additional classification ( cpv ): 71630000 Technical inspection and testing services
Additional classification ( cpv ): 71700000 Monitoring and control services

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - The procurement will be carried out in accordance with the procurement procedure 'negotiated procedure after a prior notice'. Any negotiations may be carried out in several phases/rounds of negotiations, where the Contracting Authority reserves the right to reduce the number of tenders to be negotiated. A first reduction of the number of tenders can occur prior to the negotiations.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Prequalification: Procurement of consultancy services within planning and engineering design.
Description : The aim is to enter into an identical framework agreement with up to 5 tenderers for the provision of consultancy services within planning and engineering design. The aim of the framework agreement is to assist the contracting authority professionally and in processes for grid development projects in Enida ́s area. Tenderers must facilitate the entity in such a way that it is capacity to meet the contracting authority ́s needs in the contract period. The framework agreement will be valid for 4 years from when the contract is signed. The contracting authority has a unilateral option to extend the contract for a further 2+2 years. The maximum contract period is 8 years. The framework agreement ́s total estimated annual volume is NOK 3,000,000, excluding VAT. The total estimated volume for the framework agreement is NOK 12,000,000, excluding VAT over 4 years, but the estimates are subject to great uncertainty. The maximum value of the framework agreement is NOK 35,000,000 excluding VAT. This includes options. Please note that the stated volumes do not obligate the contracting authority. The total volume will i.a. depend on grants, as well as own capacity at the contracting authority.
Internal identifier : E2025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71248000 Supervision of project and documentation
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71520000 Construction supervision services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71620000 Analysis services
Additional classification ( cpv ): 71630000 Technical inspection and testing services
Additional classification ( cpv ): 71700000 Monitoring and control services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 96 Month

5.1.4 Renewal

Maximum renewals : 2

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/266939874.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 31/10/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The contract will be carried out as described in the procurement documents. The framework agreement includes either NS 8401, NS 8402 or NS 8403. Which of the above mentioned standard contracts will be used will be stated in each call-off. Unless otherwise stated, the standard that has the most suitable purpose and use for the call-offs applies, cf. NS 8401, 8402 and 8403.
Financial arrangement : The stated hourly rates in the different price categories shall be used during the execution of assignments in the framework agreement. The rates shall cover the service provider's profits and costs, including costs for administration, office management, internal copying and data processing. The parties can, once in a calendar year, require index development of agreed hourly rates in accordance with the last available index figures in the sub-index for 09525 Construction Engineering consultancy services in Statistics Norway ́s "Manufacturer price indexes for services". In writing, the indexation requirement is to be notified to the other party by 31 January at the latest. If neither party has notified index development by this date, the right to demand indexation is withdrawn for the calendar year in question. Index regulation can be set, at the earliest, 1 January 2027. See the procurement documents, including the contract, for a more detailed description of the financial terms.

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Information about review deadlines : Waiting period in accordance with the utilities regulations ́ requirements.
Organisation providing additional information about the procurement procedure : ENIDA AS

8. Organisations

8.1 ORG-0001

Official name : ENIDA AS
Registration number : 918312730
Postal address : Elganeveien 1
Town : EGERSUND
Postcode : 4373
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Jahn Egil Osestad
Email : jao@svw.no
Telephone : 97570174
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926723448
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 57491e4d-cac2-4041-839c-b12e70c948b8 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/10/2025 19:06 +00:00
Notice dispatch date (eSender) : 02/10/2025 09:13 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00650354-2025
OJ S issue number : 190/2025
Publication date : 03/10/2025