Framework agreement consultancy engineering services within RIVeg, RIAku, RIG, RIM, LARK and ARK.

Karmøy municipality is lighting up a competition for consulting engineer services in the disciplines RIVeg, RIAku, RIG, RIM, LARK and ARK. The aim of the procurement is to cover the need for consultancy services within building and construction. The contracting authority intends to enter into 6 parallel framework agreements within …

CPV: 71310000 Doradcze usługi inżynieryjne i budowlane, 71000000 Usługi architektoniczne, budowlane, inżynieryjne i kontrolne, 71200000 Usługi architektoniczne i podobne, 71300000 Usługi inżynieryjne
Termin:
24 października 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Framework agreement consultancy engineering services within RIVeg, RIAku, RIG, RIM, LARK and ARK.
Miejsce udzielenia zamówienia:
Karmøy Kommune
Numer nagrody:
25/6092

1. Buyer

1.1 Buyer

Official name : Karmøy Kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement consultancy engineering services within RIVeg, RIAku, RIG, RIM, LARK and ARK.
Description : Karmøy municipality is lighting up a competition for consulting engineer services in the disciplines RIVeg, RIAku, RIG, RIM, LARK and ARK. The aim of the procurement is to cover the need for consultancy services within building and construction. The contracting authority intends to enter into 6 parallel framework agreements within the following disciplines with two (2) tenderers per contract: Sub-contract 1: RIVegDelkontrakt 2: RIVAkuDelkontrakt 3: RIGDelkontrakt 4: LARKDelkontrakt 5: RIMDelkontrakt 6: ARK It is possible to submit a tender offer on one or several of the sub-contracts. Each sub-contract will be seen as an independent contract so that each individual provision in the contract applies to each individual contract. The contract period per sub-contract is two years and one year + one year in option. Based on the consumption in recent years, we estimate the following estimated amount over a four year period: Sub-contract estimated procurement over 4 years1 - RIVeg6 000 000 NOK 2- RIAku1 000 000 NOK 3- RIG4 0 00,000 NOK4- LARK4,000,000 - RIM1,500,000 NOK6- ARK6,000,000 the value of the parts contracts is an estimate and the actual amount can be smaller.
Procedure identifier : 03058409-b961-4eb3-9a29-7b7d2b34cdeb
Internal identifier : 25/6092
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71300000 Engineering services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 22 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - See the conc. basis

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 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?

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Consulting engineering services RIVeg
Description : This sub-contract deals with consultancy engineering services for RIVeg.Typical services will be, but not exhaustively: Condition evaluations/mapping of existing building and building componentsThe possibility studies sketch engineering design/preliminary engineering design, Cost calculations control of completed work at the construction site (including adjustment/test protocols) Third-party inspections of materials prepared by other Control of FDV documentation (scope and content) Updating of "as The building" documentation Preparation of technical descriptions Reviews and the choice of solution proposal Preparation of requirement specificationsIt is possible to submit a tender offer on one or more of the sub-contracts. Each sub-contract will be seen as an independent contract so that each individual provision in the contract applies to each individual contract. Based on the consumption in recent years, we estimate the following estimated amount over a four year period: Sub-contract estimated procurement over 4 years1 - RIVeg6 NOK 000,000 2 - RIAku1 000 000 KR3 - RIG4 000 000 NOK4 - LARK4 000 000 NOK5 - RIM1 500 000 NOK6 - ARK6 000 000 NOK
Internal identifier : 25/6092-0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71300000 Engineering services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements The contracting authority requires suppliers who are certified from independent third parties that confirm that the tenderer has procedures and systems that ensure that the execution of the delivery has a low environmental impact. Documentation requirement: Tenderers shall submit certificates from independent bodies that document an established and satisfactory environmental management system. Documentation is required that the tenderer is either environmentally certified in accordance with valid ISO 14001, is Eco-Lighthouse, is certified by EMAS, or are certified by equivalent third parties. If a company does not have such certificates, other documentation of the company's environmental management system must be submitted. In such cases as a minimum the following shall be submitted: * the system's name and detailed table of contents * general description of the content of the system, including an overview of control plans and check-lists that are relevant for this contract * organisation chart showing the responsibilities in the environmental management system * description of routines for internal control and deviation management (work with corrective and preventive measures) * a description of how the system will be used in order to get reduced environmental impact in this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 17/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/262229178.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 : 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 : 24/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 24/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 50
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Haugaland og Sunnhordland tingrett
Information about review deadlines : See the conc. basis

5.1 Lot technical ID : LOT-0002

Title : Consulting engineering services RIAku
Description : This sub-contract deals with consulting engineering services for RIAku.Typical services will be, but not exhaustively: Condition evaluations/mapping of existing building and building componentsThe possibility studies Sketch engineering design/preliminary engineering design, Cost calculations control of work carried out at the construction site (including deregulation/test protocols) Third party inspections of materials prepared by other Control of MOM documentation (scope and content)Updating "as The building" documentation Preparation of technical descriptions Reviews and the choice of solution proposal Preparation of requirement specificationsIt is possible to submit a tender offer on one or more of the sub-contracts. Each sub-contract will be seen as an independent contract so that each individual provision in the contract applies to each individual contract. Based on the consumption in recent years, we estimate the following estimated amount over a four year period: Sub-contract estimated procurement over 4 years1 - RIVeg6 NOK 000,000 2 - RIAku1 000 000 KR3 - RIG4 000 000 NOK4 - LARK4 000 000 NOK5 - RIM1 500 000 NOK6-ARK6 000,000
Internal identifier : 25/6092-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71300000 Engineering services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 1 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements The contracting authority requires suppliers who are certified from independent third parties that confirm that the tenderer has procedures and systems that ensure that the execution of the delivery has a low environmental impact. Documentation requirement: Tenderers shall submit certificates from independent bodies that document an established and satisfactory environmental management system. Documentation is required that the tenderer is either environmentally certified in accordance with valid ISO 14001, is Eco-Lighthouse, is certified by EMAS, or are certified by equivalent third parties. If a company does not have such certificates, other documentation of the company's environmental management system must be submitted. In such cases as a minimum the following shall be submitted: * the system's name and detailed table of contents * general description of the content of the system, including an overview of control plans and check-lists that are relevant for this contract * organisation chart showing the responsibilities in the environmental management system * description of routines for internal control and deviation management (work with corrective and preventive measures) * a description of how the system will be used in order to get reduced environmental impact in this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 17/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/262229178.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 : 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 : 24/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 24/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 50
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Haugaland og Sunnhordland tingrett
Information about review deadlines : See the conc. basis

5.1 Lot technical ID : LOT-0003

Title : Consultancy engineering services RIG
Description : This sub-contract is for consultancy engineering services for RIG. Typical services will be, but not exhaustively: Condition evaluations/ mapping of the existing building and building componentsOption studiesThe draft engineering design/preliminary engineering design services, Cost calculations Control of completed work at the construction site (including balancing/test protocols) Third-party inspections of materials prepared by other Inspections of MOM documentation (scope and content) Updating of the "as built" documentation Preparation of technical descriptions Reviews and Selection of solution proposalExputing requirement specificationsIt is possible to submit tender offers on one or more of the sub-contracts. Each sub-contract will be seen as an independent contract so that each individual provision in the contract applies to each individual contract. Based on the consumption in recent years, we estimate the following estimated amount over a four year period: Sub-contract estimated procurement over 4 years1 - RIVeg6 NOK 000,000 2 - RIAku1 000 000 KR3 - RIG4 000 000 NOK4 - LARK4 000 000 NOK5 - RIM1 500 000 NOK6 - ARK6 000 000 NOK
Internal identifier : 25/6092-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71300000 Engineering services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 4 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements The contracting authority requires suppliers who are certified from independent third parties that confirm that the tenderer has procedures and systems that ensure that the execution of the delivery has a low environmental impact. Documentation requirement: Tenderers shall submit certificates from independent bodies that document an established and satisfactory environmental management system. Documentation is required that the tenderer is either environmentally certified in accordance with valid ISO 14001, is Eco-Lighthouse, is certified by EMAS, or are certified by equivalent third parties. If a company does not have such certificates, other documentation of the company's environmental management system must be submitted. In such cases as a minimum the following shall be submitted: * the system's name and detailed table of contents * general description of the content of the system, including an overview of control plans and check-lists that are relevant for this contract * organisation chart showing the responsibilities in the environmental management system * description of routines for internal control and deviation management (work with corrective and preventive measures) * a description of how the system will be used in order to get reduced environmental impact in this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 17/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/262229178.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 : 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 : 24/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 24/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 50
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Haugaland og Sunnhordland tingrett
Information about review deadlines : See the conc. basis

5.1 Lot technical ID : LOT-0004

Title : Consulting engineering services LARK
Description : This sub-contract is for consultancy engineering services for LARK. Typical services will be, but not exhaustively: Condition evaluations/ mapping of the existing building and building componentsOption studiesThe draft engineering design/preliminary engineering design services, Cost calculations Control of completed work at the construction site (including balancing/test protocols) Third-party inspections of materials prepared by other Inspections of MOM documentation (scope and content) Updating of the "as built" documentation Preparation of technical descriptions Reviews and Selection of solution proposalExputing requirement specificationsIt is possible to submit tender offers on one or more of the sub-contracts. Each sub-contract will be seen as an independent contract so that each individual provision in the contract applies to each individual contract. Based on the consumption in recent years, we estimate the following estimated amount over a four year period: Sub-contract estimated procurement over 4 years1 - RIVeg6 NOK 000,000 2 - RIAku1 000 000 KR3 - RIG4 000 000 NOK4 - LARK4 000 000 NOK5 - RIM1 500 000 NOK6 - ARK6 000 000 NOK
Internal identifier : 25/6092-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71300000 Engineering services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 4 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements The contracting authority requires suppliers who are certified from independent third parties that confirm that the tenderer has procedures and systems that ensure that the execution of the delivery has a low environmental impact. Documentation requirement: Tenderers shall submit certificates from independent bodies that document an established and satisfactory environmental management system. Documentation is required that the tenderer is either environmentally certified in accordance with valid ISO 14001, is Eco-Lighthouse, is certified by EMAS, or are certified by equivalent third parties. If a company does not have such certificates, other documentation of the company's environmental management system must be submitted. In such cases as a minimum the following shall be submitted: * the system's name and detailed table of contents * general description of the content of the system, including an overview of control plans and check-lists that are relevant for this contract * organisation chart showing the responsibilities in the environmental management system * description of routines for internal control and deviation management (work with corrective and preventive measures) * a description of how the system will be used in order to get reduced environmental impact in this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 17/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/262229178.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 : 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 : 24/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 24/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 50
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Haugaland og Sunnhordland tingrett
Information about review deadlines : See the conc. basis

5.1 Lot technical ID : LOT-0005

Title : Consulting engineering services RIM
Description : This sub-contract is for consultancy engineering services for RIM. Typical services will be, but not exhaustively: Condition evaluations/ mapping of the existing building and building componentsOption studiesThe draft engineering design/preliminary engineering design services, Cost calculations Control of completed work at the construction site (including balancing/test protocols) Third-party inspections of materials prepared by other Inspections of MOM documentation (scope and content) Updating of the "as built" documentation Preparation of technical descriptions Reviews and Selection of solution proposalExputing requirement specificationsIt is possible to submit tender offers on one or more of the sub-contracts. Each sub-contract will be seen as an independent contract so that each individual provision in the contract applies to each individual contract. Based on the consumption in recent years, we estimate the following estimated amount over a four year period: Sub-contract estimated procurement over 4 years1 - RIVeg6 NOK 000,000 2 - RIAku1 000 000 KR3 - RIG4 000 000 NOK4 - LARK4 000 000 NOK5 - RIM1 500 000 NOK6 - ARK6 000 000 NOK
Internal identifier : 25/6092-4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71300000 Engineering services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 1 500 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements The contracting authority requires suppliers who are certified from independent third parties that confirm that the tenderer has procedures and systems that ensure that the execution of the delivery has a low environmental impact. Documentation requirement: Tenderers shall submit certificates from independent bodies that document an established and satisfactory environmental management system. Documentation is required that the tenderer is either environmentally certified in accordance with valid ISO 14001, is Eco-Lighthouse, is certified by EMAS, or are certified by equivalent third parties. If a company does not have such certificates, other documentation of the company's environmental management system must be submitted. In such cases as a minimum the following shall be submitted: * the system's name and detailed table of contents * general description of the content of the system, including an overview of control plans and check-lists that are relevant for this contract * organisation chart showing the responsibilities in the environmental management system * description of routines for internal control and deviation management (work with corrective and preventive measures) * a description of how the system will be used in order to get reduced environmental impact in this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 17/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/262229178.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 : 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 : 24/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 24/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 50
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Haugaland og Sunnhordland tingrett
Information about review deadlines : See the conc. basis

5.1 Lot technical ID : LOT-0006

Title : Architectural services - ARK
Description : This sub-contract is for consultancy engineering services for ARK. Typical services will be, but not exhaustively: Condition evaluations/ mapping of the existing building and building componentsOption studiesThe draft engineering design/preliminary engineering design services, Cost calculations Control of completed work at the construction site (including balancing/test protocols) Third-party inspections of materials prepared by other Inspections of MOM documentation (scope and content) Updating of the "as built" documentation Preparation of technical descriptions Reviews and Selection of solution proposalExputing requirement specificationsIt is possible to submit tender offers on one or more of the sub-contracts. Each sub-contract will be seen as an independent contract so that each individual provision in the contract applies to each individual contract. Based on the consumption in recent years, we estimate the following estimated amount over a four year period: Sub-contract estimated procurement over 4 years1 - RIVeg6 NOK 000,000 2 - RIAku1 000 000 KR3 - RIG4 000 000 NOK4 - LARK4 000 000 NOK5 - RIM1 500 000 NOK6 - ARK6 000 000 NOK
Internal identifier : 25/6092-5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 30/11/2025
Duration end date : 30/11/2027

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements The contracting authority requires suppliers who are certified from independent third parties that confirm that the tenderer has procedures and systems that ensure that the execution of the delivery has a low environmental impact. Documentation requirement: Tenderers shall submit certificates from independent bodies that document an established and satisfactory environmental management system. Documentation is required that the tenderer is either environmentally certified in accordance with valid ISO 14001, is Eco-Lighthouse, is certified by EMAS, or are certified by equivalent third parties. If a company does not have such certificates, other documentation of the company's environmental management system must be submitted. In such cases as a minimum the following shall be submitted: * the system's name and detailed table of contents * general description of the content of the system, including an overview of control plans and check-lists that are relevant for this contract * organisation chart showing the responsibilities in the environmental management system * description of routines for internal control and deviation management (work with corrective and preventive measures) * a description of how the system will be used in order to get reduced environmental impact in this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 17/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/262229178.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 : 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 : 24/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 24/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 50
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Haugaland og Sunnhordland tingrett
Information about review deadlines : See the conc. basis

8. Organisations

8.1 ORG-0001

Official name : Karmøy Kommune
Registration number : 940791901
Postal address : Statsråd Vinjes gate 25
Town : KOPERVIK
Postcode : 4250
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Anja Kjellesvik Kristiansen
Telephone : +47 52857500
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Haugaland og Sunnhordland tingrett
Registration number : 926723405
Town : Haugesund
Postcode : 5528
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : f54242c2-77d0-4038-a026-f36dd49b59b9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/09/2025 08:31 +00:00
Notice dispatch date (eSender) : 12/09/2025 10:45 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00601567-2025
OJ S issue number : 176/2025
Publication date : 15/09/2025