2024/3710 Procurement of a Framework Agreement for scanning and modelling of buildings.

Statsbygg requests tender offers on the following framework agreement: Framework agreement for services within scanning and modelling buildings. Statsbygg requests tender offers on the following framework agreement: Framework agreement for services within scanning and modelling buildings.

CPV: 71000000 Dienstverlening op het gebied van architectuur, bouwkunde, civiele techniek en inspectie, 71300000 Dienstverlening door ingenieurs, 71315000 Technische installaties in gebouwen, 71315300 Bouwinspectiediensten, 71354100 Digitale kartering, 72000000 IT-diensten: adviezen, softwareontwikkeling, internet en ondersteuning, 72240000 Systeemanalyse en programmering, 72242000 Maken van ontwerp modellen, 72300000 Uitwerken van gegevens
Deadline:
16 juni 2025 10:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
2024/3710 Procurement of a Framework Agreement for scanning and modelling of buildings.
Toekennende instantie:
STATSBYGG
Gunningsnummer:
2024/3710

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : 2024/3710 Procurement of a Framework Agreement for scanning and modelling of buildings.
Description : Statsbygg requests tender offers on the following framework agreement: Framework agreement for services within scanning and modelling buildings.
Procedure identifier : 7665c371-4507-4c0a-8ad7-a926e5e05ddf
Internal identifier : 2024/3710
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Statsbygg shall enter into a nationwide framework agreement for scanning and modelling of Statsbygg's property portfolio. A description of the framework agreement ́s content and extent is given in the tender invitation point 2 flg., and annex 9 Requirement Specifications and annex 10 Room List.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72242000 Design-modelling services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71315000 Building services
Additional classification ( cpv ): 71315300 Building surveying services
Additional classification ( cpv ): 71354100 Digital mapping services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72240000 Systems analysis and programming services
Additional classification ( cpv ): 72300000 Data 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
Maximum value of the framework agreement : 50 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Anskaffelsesforskriften

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 : 2024/3710 Procurement of a Framework Agreement for scanning and modelling of buildings.
Description : Statsbygg requests tender offers on the following framework agreement: Framework agreement for services within scanning and modelling buildings.
Internal identifier : 2024/3710

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72242000 Design-modelling services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71315000 Building services
Additional classification ( cpv ): 71315300 Building surveying services
Additional classification ( cpv ): 71354100 Digital mapping services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72240000 Systems analysis and programming services
Additional classification ( cpv ): 72300000 Data services
Options :
Description of the options : The framework agreements will be signed for a period of 1 year with the right for Statsbygg to extend the contract for a further 1+1+1 year, one year at a time.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 50 000 000 Norwegian krone
Maximum value of the framework agreement : 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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Organisatorisk og juridisk stilling Det kreves at tilbyder har et lovlig etablert foretak. Firmaattest - For utenlandske firmaer kreves tilsvarende attest bestemt ved lovgivningen i det landet hvor foretaket er registrert, alternativt StartBANK ID.
Criterion : Other economic or financial requirements
Description : Økonomisk og finansiell kapasitet Det kreves at tilbyder har tilfredsstillende økonomisk gjennomføringsevne. Omsetningens størrelse, sett i forhold til kontraktens verdi, kan bli vektlagt Kredittvurdering Statsbygg vil gjennomføre en kredittvurdering av tilbyder. Tilbyder kan i tillegg bli bedt om å sende inn revisorbekreftede årsregnskaper, alternativt oppgi StartBANK ID.
Criterion : Relevant educational and professional qualifications
Description : Tekniske og faglige kvalifikasjoner Det kreves at tilbyder har sikker gjennomføringsevne (kapasitet) Oversikt over antall ansatte i foretaket, inndelt i stillingskategorier Tekniske og faglige kvalifikasjoner Tilbyder skal ha erfaring fra oppdrag med overføringsverdi Inntil 3 referanseprosjekter/oppdrag utført av tilbyder de siste 5 årene med overføringsverdi, med opplysninger om blant annet: • prosjektets navn • oppdragsgiver • prosjektets størrelse i m2 og kostnad • oppdragets kontraktsverdi eks mva. • firmaets oppgaver/rolle i prosjektet • oppstartstidpunkt og ferdigstillelsestidspunkt (år)/hvis ikke ferdigstilt - hvor man er i prosjektet • oppgi om oppdraget gjaldt eksisterende bygg, eller nybygg. Ved nyetablering, oppgi evt. i hvilke faser oppdraget ble utført. Lever en beskrivelse på ca. 1 A4-side per referanseprosjekt/oppdrag.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Pris
Description : Send inn tilbudskjema
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Oppgaveforståelse - Metoder og programvare
Description : Det skal leveres en ca. 1 A4-side med en beskrivelse av metoder og programvare som tilbyder vil benytte under denne rammeavtalen: - Beskrivelse av prosess, metoder og programvare. Herunder bruk av automatisert generering av modell eller klassifikasjoner, navngivning og koder, eller andre automatiserte arbeidsprosesser - Annet Listen er ikke uttømmende. Det bes om at strekpunktene omtales i den oppgitte rekkefølgen i besvarelsen.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Oppdragsleder - Kompetanse og erfaring
Description : Fyll ut og send inn vedlegg 2 CV-mal for tilbudt oppdragsleder CV-en skal inneholde opplysninger om: 1. Relevant utdanning og arbeidserfaring Kort redegjørelse for personens kjernekompetanse / nøkkelkvalifikasjoner og kurs og sertifiseringer mv. 2. Redegjørelse for referanseprosjekter med overføringsverdi de siste årene (maks 3 referanseoppdrag), ca. 1 A4-side pr referanseoppdrag. Fremhev oppdragsleders rolle og oppgaver i prosjektet. Lever også en tydelig redegjørelse for overføringsverdi til rollen som oppdragsleder for rammeavtalen Det gjøres oppmerksom på at ikke gis uttelling for høyere relevant utdanningsnivå enn masternivå. Det gis heller ikke uttelling for relevant arbeidserfaring utover 15 år. Det skal kun tilbys én person.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Miljø
Description : For denne anskaffelsen benyttes unntaksbestemmelsen i FOA § 7-9 (4) siden det er klart at klima- og miljøkravene i anskaffelsen har en bedre klima- og miljøeffekt enn bruk av tildelingskriterium. Klima- og miljøbelastningen i anskaffelsen er først og fremst transport av personell som skal foreta inspeksjonene. Markedsundersøkelser viser at firmaene som tilbyr denne tjenesten er lokalisert på Østlandet, det betyr at det for alle tilbydere vil bety flyreise til nord, og så bilreiser ut til eiendommene. Det er lange avstander på oppdragene, og elbil vil derfor ikke egne seg. For å få ned klimabelastningen fra reisene vil Statsbygg stå for koordinering av inspeksjonene, for slik å redusere antall flyreiser til området. Dette er beskrevet i kravspesifikasjonen. Det kravet betyr at det ikke vil være mulig å få ned klimabelastningen ytterligere ved hjelp av et tildelingskriterium. Statsbyggs vurdering er derfor at for å redusere klima- og miljøbelastningen for denne anskaffelsen benyttes unntaksbestemmelsen i FOA § 7-9 (4), da det er klart at bruk av klima- og miljøkrav har en bedre klima- og miljøeffekt enn bruk av tildelingskriteriet som beskrevet i FOA § 7-9 (2). Statsbygg er derfor unntatt forpliktelsene om å vekte miljø eller å prioritere miljø blant de tre høyest prioriterte tildelingskriteriene.
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

Deadline for requesting additional information : 09/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256684375.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 : 16/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 16/06/2025 10:00 +00:00
Place : Electronic opening in Mercell
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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1000
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Oslo tingrett -
Review organisation : Oslo tingrett -
Organisation providing more information on the review procedures : Oslo tingrett -
Organisation receiving requests to participate : STATSBYGG -
Organisation processing tenders : STATSBYGG -

8. Organisations

8.1 ORG-0001

Official name : STATSBYGG
Registration number : 971278374
Postal address : Biskop Gunnerus' gate 6
Town : OSLO
Postcode : 0103
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Hennica Westheimer
Telephone : 22035200
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : Oslo tingrett
Postal address : C. J. Hambros plass 4
Town : OSLO
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Oslo tingrett
Telephone : 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Notice information
Notice identifier/version : 52b0c2a3-2641-4779-bf4e-4f684c967d94 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/05/2025 08:58 +00:00
Notice dispatch date (eSender) : 16/05/2025 09:12 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00320109-2025
OJ S issue number : 95/2025
Publication date : 19/05/2025