Condition analysis Kongsbakken Sixth Form College and The Coast Culture Centre, with option for Rambergan (former maritime school)

Troms County c/o the Operations and Property Section, hereafter called the contracting authority, invites tenderers to a tender contest for condition analyses, environmental mapping of health and environmentally hazardous substances. Re-mapping - re-use mapping only applies to Rambergan. By Kongsbakken Sixth Form College, Kyst Kultursenter, Rambergan (former maritime school) and …

CPV: 71241000 Megvalósíthatósági tanulmány, tanácsadó szolgáltatás, elemzés, 71310000 Mérnöki tanácsadói és kivitelezési szolgáltatások, 71311000 Általános mérnöki tanácsadó szolgáltatások, 71312000 Építőmérnöki tanácsadó szolgáltatások, 71313000 Környezetvédelmi mérnöki tanácsadó szolgáltatások, 71315100 Építőanyaggal kapcsolatos tanácsadói szolgáltatások, 71315210 Gépészeti tanácsadó szolgáltatások
Határidő:
2025. június 30. 10:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Condition analysis Kongsbakken Sixth Form College and The Coast Culture Centre, with option for Rambergan (former maritime school)
Díjat odaítélő szervezet:
Troms fylkeskommune
Díj száma:
25/06992

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Condition analysis Kongsbakken Sixth Form College and The Coast Culture Centre, with option for Rambergan (former maritime school)
Description : Troms County c/o the Operations and Property Section, hereafter called the contracting authority, invites tenderers to a tender contest for condition analyses, environmental mapping of health and environmentally hazardous substances. Re-mapping - re-use mapping only applies to Rambergan. By Kongsbakken Sixth Form College, Kyst Kultursenter, Rambergan (former maritime school) and Nordkjosbotn sports hall. The contracting authority ́s gender neutral preferred is: Name: Rune Hanssen Any questions shall be addressed in writing in the communication module in Mercell.
Procedure identifier : 0481e9fb-eb0b-4f0e-84ab-c282c9823caa
Internal identifier : 25/06992
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority ́s description of the delivery follows from: Annex 1 - Kongsbakken - Requirement Specification. Annex 2 - Coastline - Requirement Specification. Annex 3 - Option - Rambergan - Requirement Specifications. The procurement is anchored in the County Council ́s decision in case 99/24 Budget 2025/financial plan 2025-2028 Troms County.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71315100 Building-fabric consultancy services
Additional classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
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 ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 1 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Lov og forskrift om offentlige anskaffelser

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 : Condition analysis Kongsbakken Sixth Form College and The Coast Culture Centre, with option for Rambergan (former maritime school)
Description : Troms County c/o the Operations and Property Section, hereafter called the contracting authority, invites tenderers to a tender contest for condition analyses, environmental mapping of health and environmentally hazardous substances. Re-mapping - re-use mapping only applies to Rambergan. By Kongsbakken Sixth Form College, Kyst Kultursenter, Rambergan (former maritime school) and Nordkjosbotn sports hall. The contracting authority ́s gender neutral preferred is: Name: Rune Hanssen Any questions shall be addressed in writing in the communication module in Mercell.
Internal identifier : 25/06992

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71315100 Building-fabric consultancy services
Additional classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
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 ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/08/2025
Duration end date : 31/10/2025

5.1.5 Value

Estimated value excluding VAT : 1 000 000 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 : Requirement: Tenderers shall document that the company is legally established and registered in a company register or a trade register in the member state in which the tenderer is established. for example, the Brønnøysund Register Centre. Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Financial ratio
Description : Financial capacity Requirement: The tenderer must have the financial capacity to carry out the assignment/contract. Documentation: The annual accounts must not be presented. The contracting authority will obtain information about the tenderer's economic and financial position through Proff ( www.proff.no). Tenderers must ensure that this information is accessible on the website. If this is not the case, the last two years Financial Statements and Annual Reports must be submitted with the tender. If the tenderer has valid reasons for not having the above documentation available, he can prove his economic and financial position with any other document acceptable to the Contracting Authority. If the tenderer has such valid reasons, he may take a written contract with the contracting authority in order to clarify which other documentation is acceptable. If there is financial information of recent dates that are not in public registers that are of relevance to the tenderer ́s financial implementation ability, the tenderer is obliged to provide this.
Criterion : Other economic or financial requirements
Description : Tax and VAT certificates Requirement: Tenderers shall have their tax and VAT payments in order. Documentation requirement: Tax and VAT certificate. The certificate must not be older than six months calculated from the deadline for receipt of tenders. Tenderers from other EEA countries, countries included in the GPA contract or a free trade agreement with EFTA/Norway shall enclose equivalent certificates or other statutory documentation from equivalent authorities in the country where the tenderer has its headquarters.
Criterion : References on specified works
Description : Experience from equivalent assignments Requirement: Experience from equivalent assignments is required. Documented by: A reference list of three (3) equivalent assignments/deliveries during the last three (3) years. (An exhaustive list is not wanted) Including information about: • duration of the assignment • the assignment ́s value/volume • name and contact information of the recipient and the recipient's gender neutral preferred. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and shall use this assignment, even if the experience has been worked up while the personnel have served another service provider.
Criterion : Measures for ensuring quality
Description : Quality assurance system Requirement: The tenderer shall have a quality assurance system suitable for the delivery ́s complexity, risk and aim. Documentation requirement: A description of the tenderer ́s quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Pris
Description : • Ferdig utfylt prisskjema inkludert Opsjoner
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Kompetanse og erfaring.
Description : Navn og CV for fagansvarlige for hver av leveransene. CV skal inneholde opplysninger om utdanning, kurs og arbeidserfaring, sertifiseringer og redegjørelse for personens kompetanse. CV skal inneholde opplysninger om: • tilbudt personell sin utdannelse • oversikt over tidligere utførte relevante referanseprosjekter. Referanseprosjektene skal være avsluttet eller helt i sluttfasen. Dato for avsluttet prosjekt eller sluttdato for pågående prosjekt må oppgis. Referansene kan ikke være eldre enn 3 år, altså ikke avsluttet før 31.12.2021. Referanseprosjektene skal angis med: • type bygg • type tiltak • tiltakets størrelse • varighet • byggherre • referanseperson hos byggherre Det gjøres oppmerksomme på at det kun er tilbudt personell som skal benyttes til prosjektet for oppdragsgiver. Dersom oppgitt personell av en eller annen grunn må skiftes ut i løpet av avtalen, skal dette, før utskiftning finner sted, skriftlig godkjennes av oppdragsgiver. Det er en forutsetning for utskiftning at leverandøren kan tilby personell med tilsvarende eller bedre kompetanse.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Oppdragsforståelse
Description : Leverandørens skal beskrive hvordan de ulike oppdragene er tenkt løst. Det skal leveres en oppdragsforståelse for hvert av del leveransene i konkurransen se vedlegg. Oppdragsforståelsen skal inneholde en skissert fremdriftsplan for alle delleveransene
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Miljø §7.9 femteledd
Description : Forpliktelsen til å stille krav eller kriterier etter denne bestemmelsen gjelder ikke dersom anskaffelsen etter sin art har et uvesentlig klimaavtrykk og miljøbelastning. DFØ har gjort en overordnet kartlegging av anskaffelser som etter sin art kan vurderes å ha uvesentlig klimaavtrykk og miljøbelastning. I vurderingen er det først tatt utgangspunkt i innkjøpskategorier, basert på hoved-CPV-nivå, med lav klimaintensitet. Klimaintensitet er et uttrykk for klimagassutslipp, både direkte og indirekte, per krone brukt på innkjøp. Tallene for klimaintensitet er basert på en analyse utført av det rådgivende ingeniørselskapet NIRAS på oppdrag for DFØ. I listen fremgår det at konsulent/rådgiver-tjenester er etter sin art vurdert til å ha et klimaavtrykk og miljøbelastning som er uvesentlig. Troms fylkeskommunes vurdering er at omfanget på reiser er av liten karakter for konsulentoppdrag og vi anser derfor at denne anskaffelsen har et uvesentlig klimaavtrykk og miljøbelastning
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 23/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257876490.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 : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 2 Month
Information about public opening :
Opening date : 30/06/2025 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 : no
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 : Nord-Troms og Senja tingrett -
Organisation providing more information on the review procedures : Troms fylkeskommune -

8. Organisations

8.1 ORG-0001

Official name : Troms fylkeskommune
Registration number : 930068128
Postal address : Postboks 6600
Town : Tromsø
Postcode : 9296
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Contact point : Erik Johnsen
Telephone : +47 77788000
Internet address : https://www.tromsfylke.no/
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Nord-Troms og Senja tingrett
Registration number : 926723022
Postal address : Postboks 2510
Town : Tromsø
Postcode : 9270
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 332ac4e4-6ad2-4a4f-888f-7adca345a461 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/05/2025 09:43 +00:00
Notice dispatch date (eSender) : 27/05/2025 11:16 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00344034-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025