Consultant and engineering design group for the development and upgrading of Olav Duun Sixth Form College.

A consultant and engineering design group shall be procured for the development of Olav Duun Sixth Form College in Namsos. The project description is further discussed in the tender documentation. A consultant and engineering design group shall be procured for the development of Olav Duun Sixth Form College in Namsos. …

CPV: 71000000 Serviços de arquitectura, construção, engenharia e inspecção, 71200000 Serviços de arquitectura e afins, 71300000 Serviços de engenharia
Prazo:
1 de Dezembro de 2025 às 11:00
Tipo de prazo:
Submissão da oferta
Local de execução:
Consultant and engineering design group for the development and upgrading of Olav Duun Sixth Form College.
Local de premiação:
Trøndelag fylkeskommune
Número do prémio:
202544076

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Consultant and engineering design group for the development and upgrading of Olav Duun Sixth Form College.
Description : A consultant and engineering design group shall be procured for the development of Olav Duun Sixth Form College in Namsos. The project description is further discussed in the tender documentation.
Procedure identifier : 4674ef14-5549-4973-9db4-0ce7fc671f44
Internal identifier : 202544076
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement will be carried out with a competitive tender procedure with selection. Initially, up to 5 consultant groups will be prequalified, which are invited to a dialogue. Further details of the procurement procedure can be found in the tender documentation.

2.1.1 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
Additional classification ( cpv ): 71300000 Engineering services

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Phased competitive dialogue.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Consultant and engineering design group for the development and upgrading of Olav Duun Sixth Form College.
Description : A consultant and engineering design group shall be procured for the development of Olav Duun Sixth Form College in Namsos. The project description is further discussed in the tender documentation.
Internal identifier : 202544076

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
Additional classification ( cpv ): 71300000 Engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 29/03/2026
Duration end date : 01/01/2028

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Approach to reducing environmental impacts : Climate change mitigation
Green Procurement Criteria : EU Green Public Procurement criteria
The procurement falls within the scope of the Energy Efficiency Directive (EED) (EU) 2023/1791
List of products, works, services and buildings related to the Energy Efficiency Directive (EED)
Works ( Green Public Procurement criteria )

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. Minimum qualification requirements The tenderer shall be a legally established company. Documentation requirement: Company Registration Certificate/documentation that shows that the tenderer is registered in a professional register, trade register or other business register as prescribed by the legislation of the country where the contractor is established, for example the Brønnøysund Register Centre.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements 1) Tenderers must prevail over sufficient financial and economic capacity to fulfil the contractual obligations. The tenderer must not be subject to debt negotiations or bankruptcy. Documentation: Extracts from the tenderer's Annual Financial Statements and auditor's report for the last two years. Tenderers who cannot fulfil the requirement for extracts of Annual Financial Statements, may alternatively submit a business plan with the overall plan for the financing, e.g. bank statement. 2) Credit rating: A company rating of A (credit worthy), part judgement of the economy of "Satisfactory" and payment experience of "Acceptable" will be adequate. Documentation: A credit rating from a certified tenderer shall be presented. When assessing the contractor's financial and economic position, the Contracting Authority can obtain information from Bisnode (D&B).
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements The tenderer's most relevant completed services in the discipline. During the last five years the tenderer shall have carried out at least one project with sufficient size and complexity like this assignment. With sufficient size and complexity, a school, culture or business building project is defined with the gross area > 10,000 m2. This area requirement applies to the role of architect and consulting engineer for construction (structural security). Documentation: Overview of relevant work carried out during the last 5 years. (FOA §16-6.1a) Documentation for up to 3 projects, maximum 1 page per project for responsible tenderer and sub-suppliers: - Project name, contracting authority with gender neutral preferred - Roles/key personnel for the service provider. - Description with relevant and transferable problems including environmental considerations.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements Tenderers are required to have a quality assurance system. Documentation: An account of the tenderer ́s existing routines and documentation that the requirement for a quality assurance system/management system applicable for the assignment is covered. If this is described in the tenderer ́s quality assurance system iht. ISO 9001 or equivalent, documentation of this can be enclosed.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements The tenderer ́s professional qualifications: Tenderers must have resources in their own company or can use resources that have the education and professional experience for execution and self-control required by the project/assignment/delivery's main disciplines. Documentation: A description of the tenderer's technical personnel or units (the project organisation) that the tenderer has at their disposition to fulfil the contract, regardless of whether they belong to the company or not. List of sub-suppliers, minimum with those documented in points 2.33 and 2.45. The list is expected to include the described roles.
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Environmental management Tenderers are required to have an environmental management system. Documentation: An account of the tenderer ́s existing routines and documentation that the requirement for the environmental management system applicable for the assignment is covered. If this is described in the tenderer ́s environmental management system iht. ISO 14001, EMAS, Miljøfyrtårn or equivalent, documentation of this can be enclosed.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Rates.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Environment and sustainability
Description : Environment and Sustainability in solution proposals and collaboration.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : System Quality
Description : Description of the initiation and development of the development process.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 4
Criterion :
Type : Quality
Name : Quality of consultant group
Description : CVs for offered resources.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 4

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 21/11/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/268228978.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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 01/12/2025 11:00 +00:00
Deadline until which the tender must remain valid : 152 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : No further information.
Information about public opening :
Opening date : 01/12/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Trøndelag Tingrett
Review organisation : Trøndelag Tingrett
Information about review deadlines : Six months after the contract has been signed.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Trøndelag Tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Trøndelag Tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Trøndelag Tingrett
Organisation providing additional information about the procurement procedure : Trøndelag fylkeskommune
Organisation providing offline access to the procurement documents : Trøndelag fylkeskommune
Organisation providing more information on the review procedures : Trøndelag fylkeskommune
Organisation receiving requests to participate : Trøndelag fylkeskommune
Organisation processing tenders : Trøndelag fylkeskommune

8. Organisations

8.1 ORG-0001

Official name : Trøndelag fylkeskommune
Registration number : 817920632
Postal address : Seilmakergata 2
Town : STEINKJER
Postcode : 7725
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Thomas Andersen
Telephone : +47 74174000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Trøndelag Tingrett
Registration number : 926722794
Department : Trondheim
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Trøndelag Tingrett
Telephone : 73 54 24 00
Roles of this organisation :
Review organisation
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

Notice information

Notice identifier/version : 08d27e79-8a6c-40e6-97ce-0fce9065f617 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/10/2025 11:10 +00:00
Notice dispatch date (eSender) : 24/10/2025 11:22 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00708559-2025
OJ S issue number : 206/2025
Publication date : 27/10/2025