(2025-115) Engineering services - other disciplines, framework agreement

The competition is for the provision of engineering services for other disciplines, framework agreement. Please note that the work can include engineering design of application obliged measures in accordance with the Planning and Building Act, where responsibility will be required in development classes 1, 2 and 3, cf. CASE 10 …

CPV: 71000000 Arhitektūras, būvniecības, inženiertehniskie un pārbaudes pakalpojumi, 71300000 Inženiertehniskie pakalpojumi, 71350000 Ar inženieriju saistītie zinātniskie un tehniskie pakalpojumi, 71351000 Ģeoloģiskie, ģeofiziskie un citi zinātniskās izpētes pakalpojumi, 71351500 Grunts izpētes pakalpojumi
Termiņš:
2025. gada 26. jūnijs, 10:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
(2025-115) Engineering services - other disciplines, framework agreement
Piešķīrēja iestāde:
Øvre Romerike Innkjøpssamarbeid
Piešķīruma numurs:
25120

1. Buyer

1.1 Buyer

Official name : Øvre Romerike Innkjøpssamarbeid
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : (2025-115) Engineering services - other disciplines, framework agreement
Description : The competition is for the provision of engineering services for other disciplines, framework agreement. Please note that the work can include engineering design of application obliged measures in accordance with the Planning and Building Act, where responsibility will be required in development classes 1, 2 and 3, cf. CASE 10 chapter 11.  Participants in the procurement are Eidsvoll, Gjerdrum, Hurdal, Nannestad, Nes and Ullensaker municipalities. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. Groups 1 to 5: This procurement is, in its nature, considered to have an immaterial impact on climate and the environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor. See the procurement documents for further information.
Procedure identifier : 7b4fd600-223d-4ca4-8847-7789d12fdfd5
Internal identifier : 25120
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The competition will be held in accordance with the Public Procurement Act from 17 June 2016 no. 73 (LOA), with the accompanying regulations of 12 August 2016 no. 974 (FOA), as well as the provisions in this tender documentation. The competition will be held as TED - Open tender contest in accordance with the regulations Parts I and III. All interested tenderers can submit tenders for this type of procedure. Negotiations are not allowed. The procurement is announced in the DOFFIN and TED database.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services
Additional classification ( cpv ): 71351500 Ground investigation services

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.3 Value

Maximum value of the framework agreement : 602 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 6
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 6

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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 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-0001

Title : General part
Description : The competition is for the provision of engineering services for other disciplines, framework agreement. Please note that the work can include engineering design of application obliged measures in accordance with the Planning and Building Act, where responsibility will be required in development classes 1, 2 and 3, cf. CASE 10 chapter 11.  Participants in the procurement are Eidsvoll, Gjerdrum, Hurdal, Nannestad, Nes and Ullensaker municipalities. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. Groups 1 to 5: This procurement is, in its nature, considered to have an immaterial impact on climate and the environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor. See the procurement documents for further information.
Internal identifier : 1692497-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services
Additional classification ( cpv ): 71351500 Ground investigation services

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 29/09/2025
Duration end date : 28/09/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

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 : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order (ESPD: Part II A.e). Documentation requirement: A certificate showing paid VAT, taxes and social security contributions is required. Certificate issued by the competent authority in the member country, confirming that the tenderer has fulfilled his VAT, tax and social security obligations in the country where the tenderer/contractor belongs (Norwegian tax and VAT certificate is common and can be ordered from altinn.no, RF-1507, previous RF-1244) in accordance with the legal provisions in the country. The certificate must not be more than six months old. According to the regulations §17-1(4), the Contracting Authority does not have the opportunity to request the certificate if it has already been received. If you have submitted a tax certificate to the contracting authority and it is still valid at the time of the tender submission for this competition, you will not be required to present a certificate at this time. If so, state when you have previously submitted the certificate and to whom. You can, however, enclose the certificate voluntarily if you want.
Criterion : Other economic or financial requirements
Description : Requirements regarding the tenderer ́s economic and financial position: The financial capacity to fulfil this contract is required (ESPD: Part IV B.58-3). Documentation requirement: The contracting authority will assess finances through the company and accounting information system Proff Forvalt ( www.forvalt.no). The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. Any need for support from other companies to fulfil this qualification requirement. If the tenderer is dependent on other companies to fulfil this qualification requirement, please provide an account below. The contracting authority will, in such cases, also assess the finances of the support business in the same way. The contracting authority reserves the right, in such cases, to obtain supplementary information, bank guarantees etc.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Prices and Costs
Description : 30%
Criterion :
Type : Quality
Name : Solution proposal
Description : 30%
Criterion :
Type : Quality
Name : Assignment specific competence
Description : 40%
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

Deadline for requesting additional information : 15/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59244

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 26/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 126 Day
Information about public opening :
Opening date : 26/06/2025 10:01 +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 : 999
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett -
Information about review deadlines : -
Organisation providing more information on the review procedures : Øvre Romerike Innkjøpssamarbeid -

5.1 Lot technical ID : LOT-0002

Title : Tender group 1 RIG
Description : The competition is for the provision of engineering services for other disciplines, framework agreement. Please note that the work can include engineering design of application obliged measures in accordance with the Planning and Building Act, where responsibility will be required in development classes 1, 2 and 3, cf. CASE 10 chapter 11.  Participants in the procurement are Eidsvoll, Gjerdrum, Hurdal, Nannestad, Nes and Ullensaker municipalities. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. Groups 1 to 5: This procurement is, in its nature, considered to have an immaterial impact on climate and the environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor. See the procurement documents for further information.
Internal identifier : 1692497-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services
Additional classification ( cpv ): 71351500 Ground investigation services

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 29/09/2025
Duration end date : 28/09/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

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 : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order (ESPD: Part II A.e). Documentation requirement: A certificate showing paid VAT, taxes and social security contributions is required. Certificate issued by the competent authority in the member country, confirming that the tenderer has fulfilled his VAT, tax and social security obligations in the country where the tenderer/contractor belongs (Norwegian tax and VAT certificate is common and can be ordered from altinn.no, RF-1507, previous RF-1244) in accordance with the legal provisions in the country. The certificate must not be more than six months old. According to the regulations §17-1(4), the Contracting Authority does not have the opportunity to request the certificate if it has already been received. If you have submitted a tax certificate to the contracting authority and it is still valid at the time of the tender submission for this competition, you will not be required to present a certificate at this time. If so, state when you have previously submitted the certificate and to whom. You can, however, enclose the certificate voluntarily if you want.
Criterion : Other economic or financial requirements
Description : Requirements regarding the tenderer ́s economic and financial position: The financial capacity to fulfil this contract is required (ESPD: Part IV B.58-3). Documentation requirement: The contracting authority will assess finances through the company and accounting information system Proff Forvalt ( www.forvalt.no). The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. Any need for support from other companies to fulfil this qualification requirement. If the tenderer is dependent on other companies to fulfil this qualification requirement, please provide an account below. The contracting authority will, in such cases, also assess the finances of the support business in the same way. The contracting authority reserves the right, in such cases, to obtain supplementary information, bank guarantees etc.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Prices and Costs
Description : 30%
Criterion :
Type : Quality
Name : Solution proposal
Description : 30%
Criterion :
Type : Quality
Name : Assignment specific competence
Description : 40%
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

Deadline for requesting additional information : 15/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59244

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 26/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 126 Day
Information about public opening :
Opening date : 26/06/2025 10:01 +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 : 999
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett -
Information about review deadlines : -
Organisation providing more information on the review procedures : Øvre Romerike Innkjøpssamarbeid -

5.1 Lot technical ID : LOT-0003

Title : Tender group 2 RiH
Description : The competition is for the provision of engineering services for other disciplines, framework agreement. Please note that the work can include engineering design of application obliged measures in accordance with the Planning and Building Act, where responsibility will be required in development classes 1, 2 and 3, cf. CASE 10 chapter 11.  Participants in the procurement are Eidsvoll, Gjerdrum, Hurdal, Nannestad, Nes and Ullensaker municipalities. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. Groups 1 to 5: This procurement is, in its nature, considered to have an immaterial impact on climate and the environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor. See the procurement documents for further information.
Internal identifier : 1692497-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services
Additional classification ( cpv ): 71351500 Ground investigation services

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 29/09/2025
Duration end date : 28/09/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

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 : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order (ESPD: Part II A.e). Documentation requirement: A certificate showing paid VAT, taxes and social security contributions is required. Certificate issued by the competent authority in the member country, confirming that the tenderer has fulfilled his VAT, tax and social security obligations in the country where the tenderer/contractor belongs (Norwegian tax and VAT certificate is common and can be ordered from altinn.no, RF-1507, previous RF-1244) in accordance with the legal provisions in the country. The certificate must not be more than six months old. According to the regulations §17-1(4), the Contracting Authority does not have the opportunity to request the certificate if it has already been received. If you have submitted a tax certificate to the contracting authority and it is still valid at the time of the tender submission for this competition, you will not be required to present a certificate at this time. If so, state when you have previously submitted the certificate and to whom. You can, however, enclose the certificate voluntarily if you want.
Criterion : Other economic or financial requirements
Description : Requirements regarding the tenderer ́s economic and financial position: The financial capacity to fulfil this contract is required (ESPD: Part IV B.58-3). Documentation requirement: The contracting authority will assess finances through the company and accounting information system Proff Forvalt ( www.forvalt.no). The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. Any need for support from other companies to fulfil this qualification requirement. If the tenderer is dependent on other companies to fulfil this qualification requirement, please provide an account below. The contracting authority will, in such cases, also assess the finances of the support business in the same way. The contracting authority reserves the right, in such cases, to obtain supplementary information, bank guarantees etc.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Prices and Costs
Description : 30%
Criterion :
Type : Quality
Name : Solution proposal
Description : 30%
Criterion :
Type : Quality
Name : Assignment specific competence
Description : 40%
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

Deadline for requesting additional information : 15/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59244

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 26/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 126 Day
Information about public opening :
Opening date : 26/06/2025 10:01 +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 : 999
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett -
Information about review deadlines : -
Organisation providing more information on the review procedures : Øvre Romerike Innkjøpssamarbeid -

5.1 Lot technical ID : LOT-0004

Title : Tender group 3 Geodata
Description : The competition is for the provision of engineering services for other disciplines, framework agreement. Please note that the work can include engineering design of application obliged measures in accordance with the Planning and Building Act, where responsibility will be required in development classes 1, 2 and 3, cf. CASE 10 chapter 11.  Participants in the procurement are Eidsvoll, Gjerdrum, Hurdal, Nannestad, Nes and Ullensaker municipalities. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. Groups 1 to 5: This procurement is, in its nature, considered to have an immaterial impact on climate and the environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor. See the procurement documents for further information.
Internal identifier : 1692497-4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services
Additional classification ( cpv ): 71351500 Ground investigation services

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 29/09/2025
Duration end date : 28/09/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

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 : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order (ESPD: Part II A.e). Documentation requirement: A certificate showing paid VAT, taxes and social security contributions is required. Certificate issued by the competent authority in the member country, confirming that the tenderer has fulfilled his VAT, tax and social security obligations in the country where the tenderer/contractor belongs (Norwegian tax and VAT certificate is common and can be ordered from altinn.no, RF-1507, previous RF-1244) in accordance with the legal provisions in the country. The certificate must not be more than six months old. According to the regulations §17-1(4), the Contracting Authority does not have the opportunity to request the certificate if it has already been received. If you have submitted a tax certificate to the contracting authority and it is still valid at the time of the tender submission for this competition, you will not be required to present a certificate at this time. If so, state when you have previously submitted the certificate and to whom. You can, however, enclose the certificate voluntarily if you want.
Criterion : Other economic or financial requirements
Description : Requirements regarding the tenderer ́s economic and financial position: The financial capacity to fulfil this contract is required (ESPD: Part IV B.58-3). Documentation requirement: The contracting authority will assess finances through the company and accounting information system Proff Forvalt ( www.forvalt.no). The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. Any need for support from other companies to fulfil this qualification requirement. If the tenderer is dependent on other companies to fulfil this qualification requirement, please provide an account below. The contracting authority will, in such cases, also assess the finances of the support business in the same way. The contracting authority reserves the right, in such cases, to obtain supplementary information, bank guarantees etc.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Prices and Costs
Description : 40%
Criterion :
Type : Quality
Name : Solution proposal
Description : 30%
Criterion :
Type : Quality
Name : Assignment specific competence
Description : 30%
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

Deadline for requesting additional information : 15/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59244

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 26/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 126 Day
Information about public opening :
Opening date : 26/06/2025 10:01 +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 : 999
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett -
Information about review deadlines : -
Organisation providing more information on the review procedures : Øvre Romerike Innkjøpssamarbeid -

5.1 Lot technical ID : LOT-0005

Title : Tender group 4 Sanitation and environment installations.
Description : The competition is for the provision of engineering services for other disciplines, framework agreement. Please note that the work can include engineering design of application obliged measures in accordance with the Planning and Building Act, where responsibility will be required in development classes 1, 2 and 3, cf. CASE 10 chapter 11.  Participants in the procurement are Eidsvoll, Gjerdrum, Hurdal, Nannestad, Nes and Ullensaker municipalities. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. Groups 1 to 5: This procurement is, in its nature, considered to have an immaterial impact on climate and the environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor. See the procurement documents for further information.
Internal identifier : 1692497-5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services
Additional classification ( cpv ): 71351500 Ground investigation services

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 29/09/2025
Duration end date : 28/09/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

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 : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order (ESPD: Part II A.e). Documentation requirement: A certificate showing paid VAT, taxes and social security contributions is required. Certificate issued by the competent authority in the member country, confirming that the tenderer has fulfilled his VAT, tax and social security obligations in the country where the tenderer/contractor belongs (Norwegian tax and VAT certificate is common and can be ordered from altinn.no, RF-1507, previous RF-1244) in accordance with the legal provisions in the country. The certificate must not be more than six months old. According to the regulations §17-1(4), the Contracting Authority does not have the opportunity to request the certificate if it has already been received. If you have submitted a tax certificate to the contracting authority and it is still valid at the time of the tender submission for this competition, you will not be required to present a certificate at this time. If so, state when you have previously submitted the certificate and to whom. You can, however, enclose the certificate voluntarily if you want.
Criterion : Other economic or financial requirements
Description : Requirements regarding the tenderer ́s economic and financial position: The financial capacity to fulfil this contract is required (ESPD: Part IV B.58-3). Documentation requirement: The contracting authority will assess finances through the company and accounting information system Proff Forvalt ( www.forvalt.no). The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. Any need for support from other companies to fulfil this qualification requirement. If the tenderer is dependent on other companies to fulfil this qualification requirement, please provide an account below. The contracting authority will, in such cases, also assess the finances of the support business in the same way. The contracting authority reserves the right, in such cases, to obtain supplementary information, bank guarantees etc.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Prices and Costs
Description : 40%
Criterion :
Type : Quality
Name : Solution proposal
Description : 30%
Criterion :
Type : Quality
Name : Assignment specific competence
Description : 30%
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

Deadline for requesting additional information : 15/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59244

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 26/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 126 Day
Information about public opening :
Opening date : 26/06/2025 10:01 +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 : 999
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett -
Information about review deadlines : -
Organisation providing more information on the review procedures : Øvre Romerike Innkjøpssamarbeid -

5.1 Lot technical ID : LOT-0006

Title : Tender group 5 Energy and environment.
Description : The competition is for the provision of engineering services for other disciplines, framework agreement. Please note that the work can include engineering design of application obliged measures in accordance with the Planning and Building Act, where responsibility will be required in development classes 1, 2 and 3, cf. CASE 10 chapter 11.  Participants in the procurement are Eidsvoll, Gjerdrum, Hurdal, Nannestad, Nes and Ullensaker municipalities. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. Groups 1 to 5: This procurement is, in its nature, considered to have an immaterial impact on climate and the environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor. See the procurement documents for further information.
Internal identifier : 1692497-6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services
Additional classification ( cpv ): 71351500 Ground investigation services

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 29/09/2025
Duration end date : 28/09/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

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 : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order (ESPD: Part II A.e). Documentation requirement: A certificate showing paid VAT, taxes and social security contributions is required. Certificate issued by the competent authority in the member country, confirming that the tenderer has fulfilled his VAT, tax and social security obligations in the country where the tenderer/contractor belongs (Norwegian tax and VAT certificate is common and can be ordered from altinn.no, RF-1507, previous RF-1244) in accordance with the legal provisions in the country. The certificate must not be more than six months old. According to the regulations §17-1(4), the Contracting Authority does not have the opportunity to request the certificate if it has already been received. If you have submitted a tax certificate to the contracting authority and it is still valid at the time of the tender submission for this competition, you will not be required to present a certificate at this time. If so, state when you have previously submitted the certificate and to whom. You can, however, enclose the certificate voluntarily if you want.
Criterion : Other economic or financial requirements
Description : Requirements regarding the tenderer ́s economic and financial position: The financial capacity to fulfil this contract is required (ESPD: Part IV B.58-3). Documentation requirement: The contracting authority will assess finances through the company and accounting information system Proff Forvalt ( www.forvalt.no). The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. Any need for support from other companies to fulfil this qualification requirement. If the tenderer is dependent on other companies to fulfil this qualification requirement, please provide an account below. The contracting authority will, in such cases, also assess the finances of the support business in the same way. The contracting authority reserves the right, in such cases, to obtain supplementary information, bank guarantees etc.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Prices and Costs
Description : 40%
Criterion :
Type : Quality
Name : Solution proposal
Description : 30%
Criterion :
Type : Quality
Name : Assignment specific competence
Description : 30%
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

Deadline for requesting additional information : 15/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59244

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 26/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 126 Day
Information about public opening :
Opening date : 26/06/2025 10:01 +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 : 999
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett -
Information about review deadlines : -
Organisation providing more information on the review procedures : Øvre Romerike Innkjøpssamarbeid -

5.1 Lot technical ID : LOT-0007

Title : Tender group 6 - Ground surveys
Description : The competition is for the provision of engineering services for other disciplines, framework agreement. Please note that the work can include engineering design of application obliged measures in accordance with the Planning and Building Act, where responsibility will be required in development classes 1, 2 and 3, cf. CASE 10 chapter 11.  Participants in the procurement are Eidsvoll, Gjerdrum, Hurdal, Nannestad, Nes and Ullensaker municipalities. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. Groups 1 to 5: This procurement is, in its nature, considered to have an immaterial impact on climate and the environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor. See the procurement documents for further information.
Internal identifier : 1692497-7

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services
Additional classification ( cpv ): 71351500 Ground investigation services

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 29/09/2025
Duration end date : 28/09/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

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 : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order (ESPD: Part II A.e). Documentation requirement: A certificate showing paid VAT, taxes and social security contributions is required. Certificate issued by the competent authority in the member country, confirming that the tenderer has fulfilled his VAT, tax and social security obligations in the country where the tenderer/contractor belongs (Norwegian tax and VAT certificate is common and can be ordered from altinn.no, RF-1507, previous RF-1244) in accordance with the legal provisions in the country. The certificate must not be more than six months old. According to the regulations §17-1(4), the Contracting Authority does not have the opportunity to request the certificate if it has already been received. If you have submitted a tax certificate to the contracting authority and it is still valid at the time of the tender submission for this competition, you will not be required to present a certificate at this time. If so, state when you have previously submitted the certificate and to whom. You can, however, enclose the certificate voluntarily if you want.
Criterion : Other economic or financial requirements
Description : Requirements regarding the tenderer ́s economic and financial position: The financial capacity to fulfil this contract is required (ESPD: Part IV B.58-3). Documentation requirement: The contracting authority will assess finances through the company and accounting information system Proff Forvalt ( www.forvalt.no). The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. Any need for support from other companies to fulfil this qualification requirement. If the tenderer is dependent on other companies to fulfil this qualification requirement, please provide an account below. The contracting authority will, in such cases, also assess the finances of the support business in the same way. The contracting authority reserves the right, in such cases, to obtain supplementary information, bank guarantees etc.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Prices and Costs
Description : 30%
Criterion :
Type : Quality
Name : Solution proposal
Description : 20%
Criterion :
Type : Quality
Name : Assignment specific competence
Description : 20%
Criterion :
Type : Quality
Name : Climate and environment
Description : 30%
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

Deadline for requesting additional information : 15/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59244

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 26/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 126 Day
Information about public opening :
Opening date : 26/06/2025 10:01 +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 : 999
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett -
Information about review deadlines : -
Organisation providing more information on the review procedures : Øvre Romerike Innkjøpssamarbeid -

8. Organisations

8.1 ORG-0001

Official name : Øvre Romerike Innkjøpssamarbeid
Registration number : 933649768
Department : Innkjøp
Postal address : Furusetvegen 12
Town : Jessheim
Postcode : 2050
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Jacob Sebastian Scheid
Telephone : +47
Internet address : http://www.oru.no/orik
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Romerike og Glåmdal tingrett
Registration number : 926 723 863
Postal address : Postboks 393
Town : Lillestrøm
Postcode : 2001
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 61 99 22 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 5d4db214-2363-4ed8-b301-84714bd202e1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/05/2025 18:57 +00:00
Notice dispatch date (eSender) : 21/05/2025 19:09 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00334750-2025
OJ S issue number : 99/2025
Publication date : 23/05/2025