Engineering design services for infrastructure and accompanying consulting services for Dokken in Bergen.

Dokken utvikling AS is a 100 percent municipally owned company that is responsible for the development of the properties that Bergen municipality owns at Dokken. The aim is to develop Dokken to a rich and inspiring district with variation and diversity within housing, business, service, culture and recreation. The aim …

CPV: 45000000 Építési munkák, 71000000 Építészeti, építési, mérnöki és vizsgálati szolgáltatások, 90700000 Környezetvédelemmel kapcsolatos szolgáltatások
A végrehajtás helye:
Engineering design services for infrastructure and accompanying consulting services for Dokken in Bergen.
Díjat odaítélő szervezet:
Dokken Utvikling AS
Díj száma:
25/3

1. Buyer

1.1 Buyer

Official name : Dokken Utvikling AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Engineering design services for infrastructure and accompanying consulting services for Dokken in Bergen.
Description : Dokken utvikling AS is a 100 percent municipally owned company that is responsible for the development of the properties that Bergen municipality owns at Dokken. The aim is to develop Dokken to a rich and inspiring district with variation and diversity within housing, business, service, culture and recreation. The aim of the procurement is to enter into an agreement with one tenderer for the engineering design of infrastructure at Dokken, as well as accompanying consultancy services.
Procedure identifier : fc980e41-3c2e-4eca-87cc-7f5810fda599
Internal identifier : 25/3
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the negotiated procedure after the prior notice, cf. § 13-1 (2). The tender contest is initiated with a qualification phase. All qualified tenderers will be invited to submit a tender. Only tenderers who fulfil the qualification requirements and then are invited to submit a tender, will be able to submit a tender and have their tender evaluated. Only tenderers with the three best ranked tenders in accordance with the award criteria will be invited to negotiations.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 90700000 Environmental services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 50 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : In accordance with the law and regulations on public procurements, part III
Fraud : In accordance with the law and regulations on public procurements, part III
Money laundering or terrorist financing : In accordance with the law and regulations on public procurements, part III
Participation in a criminal organisation : In accordance with the law and regulations on public procurements, part III
Terrorist offences or offences linked to terrorist activities : In accordance with the law and regulations on public procurements, part III
Child labour and including other forms of trafficking in human beings : In accordance with the law and regulations on public procurements, part III
Breaching of obligations in the fields of environmental law : In accordance with the law and regulations on public procurements, part III
Breaching of obligations in the fields of labour law : In accordance with the law and regulations on public procurements, part III
Breaching of obligations in the fields of social law : In accordance with the law and regulations on public procurements, part III
Agreements with other economic operators aimed at distorting competition : In accordance with the law and regulations on public procurements, part III
Grave professional misconduct : In accordance with the law and regulations on public procurements, part III
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : In accordance with the law and regulations on public procurements, part III
Offence concerning its professional conduct in the domain of defence procurement : In accordance with the law and regulations on public procurements, part III
Conflict of interest due to its participation in the procurement procedure : In accordance with the law and regulations on public procurements, part III
Direct or indirect involvement in the preparation of this procurement procedure : In accordance with the law and regulations on public procurements, part III
Early termination, damages, or other comparable sanctions : In accordance with the law and regulations on public procurements, part III
Lack of reliability to exclude risks to the security of the country : In accordance with the law and regulations on public procurements, part III
Breaching of obligations set under purely national exclusion grounds : In accordance with the law and regulations on public procurements.
Breaching obligation relating to payment of social security contributions : In accordance with the law and regulations on public procurements, part III
Breaching obligation relating to payment of taxes : In accordance with the law and regulations on public procurements, part III
Business activities are suspended : In accordance with the law and regulations on public procurements, part III
Bankruptcy : In accordance with the law and regulations on public procurements, part III
Arrangement with creditors : In accordance with the law and regulations on public procurements, part III
Insolvency : In accordance with the law and regulations on public procurements, part III
Assets being administered by liquidator : In accordance with the law and regulations on public procurements, part III
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : In accordance with the law and regulations on public procurements, part III

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Engineering design services for infrastructure and accompanying consulting services for Dokken in Bergen.
Description : Dokken utvikling AS is a 100 percent municipally owned company that is responsible for the development of the properties that Bergen municipality owns at Dokken. The aim is to develop Dokken to a rich and inspiring district with variation and diversity within housing, business, service, culture and recreation. The aim of the procurement is to enter into an agreement with one tenderer for the engineering design of infrastructure at Dokken, as well as accompanying consultancy services.
Internal identifier : 25/3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 90700000 Environmental services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Other duration : Unlimited

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to carry out the contract. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : Tenderers shall have experience from relevant assignments. Relevant assignments means multi-disciplinary infrastructure projects of equivalent complexity.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Measures for ensuring quality
Description : Tenderers shall have a documented and implemented quality management system.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 99
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Under this criteria, a general assessment will be made where the following elements are emphasised: • Competence/experience for the offered core team in accordance with the contracting authority ́s described need for work under the contract, see in particular Annex A point 4 Scope and main themes. The offered core team shall consist of eight specific named resources: RIVA, RIB, RIG, RIEN, RIM, RIE, ecologist/biologist and process manager/coordinator. • The tenderer's understanding of the assignment.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80
Criterion :
Type : Price
Name : Price
Description : Under this criteria, the offered hourly rate will be assessed for the stated categories.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
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 : 17/06/2025 12:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=60185

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 04/07/2025
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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 02/07/2025 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Sending in accordance with the Law and Regulations on Public Procurements, part III
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : 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

Mediation organisation : Hordaland tingrett -
Review organisation : Hordaland tingrett -
Information about review deadlines : Deadlines in accordance with the Law on Public Procurements and the Dispute Act ́s rules on temporary injunction
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Hordaland tingrett -
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Hordaland tingrett -
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Hordaland tingrett -
Organisation providing additional information about the procurement procedure : Dokken Utvikling AS -
Organisation providing offline access to the procurement documents : Dokken Utvikling AS -
Organisation providing more information on the review procedures : Hordaland tingrett -
Organisation receiving requests to participate : Dokken Utvikling AS -
Organisation processing tenders : Dokken Utvikling AS -

8. Organisations

8.1 ORG-0001

Official name : Dokken Utvikling AS
Registration number : 831248742
Department : Dokken Utvikling AS
Postal address : Rådhusgaten 10
Town : Bergen
Postcode : 5014
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Nina Sørensen
Email : nso@svw.no
Telephone : 555 68 200
Buyer profile : https://www.dokken.no/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926 723 367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : eaa938b8-55fe-4852-af08-df8b674b2ff5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/06/2025 06:42 +00:00
Notice dispatch date (eSender) : 05/06/2025 06:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00366480-2025
OJ S issue number : 108/2025
Publication date : 06/06/2025