Joint procurement contract for consulting engineer services, project and engineering design management and construction management.

The objective of the joint procurement agreement is to ensure that, throughout the contract period, the Contracting Authority has access to assistance from consulting engineers, project managers and engineering design managers and construction managers with relevant competence to cover the Contracting Authority's ongoing need for services in the contract area. …

CPV: 45220000 Obras de engenharia civil e construção de estruturas, 71000000 Serviços de arquitectura, construção, engenharia e inspecção, 71240000 Serviços de arquitectura, engenharia e planeamento, 71310000 Serviços de consultoria em matéria de engenharia e construção, 71250000 Serviços de arquitectura, engenharia e levantamento topográfico, 71300000 Serviços de engenharia, 71311000 Serviços de consultoria em matéria de engenharia civil, 71311100 Serviços auxiliares da engenharia civil, 71315200 Serviços de consultoria relacionados com edifícios, 71318000 Serviços de consultoria e assessoria em matéria de engenharia, 71320000 Serviços de concepção técnica, 71321200 Serviços de concepção de sistemas de aquecimento, 71322000 Serviços de concepção técnica para a construção de obras de engenharia civil, 71322200 Serviços de concepção de condutas de longa distância, 71322500 Serviços de concepção técnica de infra-estruturas para tráfego, 71325000 Serviços de concepção de fundações, 71330000 Serviços diversos de engenharia, 71331000 Serviços de engenharia em matéria de lamas de perfuração, 71332000 Serviços de engenharia geotécnica, 71351220 Serviços de consultoria em matéria de geologia, 71351910 Serviços de geologia, 71500000 Serviços relacionados com a construção, 71540000 Serviços de gestão de obras, 71541000 Serviços de gestão de projectos de construção
Prazo:
30 de Junho de 2025 às 10:00
Tipo de prazo:
Submissão da oferta
Local de execução:
Joint procurement contract for consulting engineer services, project and engineering design management and construction management.
Local de premiação:
Oslo kommune v/ Utviklings- og kompetanseetaten
Número do prémio:
24/2097

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Joint procurement contract for consulting engineer services, project and engineering design management and construction management.
Description : The objective of the joint procurement agreement is to ensure that, throughout the contract period, the Contracting Authority has access to assistance from consulting engineers, project managers and engineering design managers and construction managers with relevant competence to cover the Contracting Authority's ongoing need for services in the contract area. The entities in Oslo municipality have very different needs and the assignments will vary in nature, length and complexity. The agreement shall cover small, medium sized and larger assignments in all project phases. The contract is divided into 4 sub-contracts: 1. Consultant engineering services 2. Consultant engineer for geotechnics, geology and environmental geology. 3. Project and engineering design management 4. Construction management and HSE consultant The contracting authority intends to enter into parallel framework agreements with 3-5 tenderers for sub-contracts 1 and 2 and 2-3 tenderers for sub-contracts 3 and 4, provided that there are a sufficient number of suitable tenderers and tenders. The number of suppliers chosen will depend on whether the contracting authority can cover their needs within each sub-contract. The contract will be non-exclusive for the contracting authority.
Procedure identifier : c0faf37a-8c0e-46b8-b85e-f7e3f97824cd
Internal identifier : 24/2097
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71322500 Engineering-design services for traffic installations
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 71331000 Drilling-mud engineering services
Additional classification ( cpv ): 71332000 Geotechnical engineering services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71351910 Geology services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Oslo municipality

2.1.3 Value

Estimated value excluding VAT : 256 000 000 Norwegian krone
Maximum value of the framework agreement : 512 000 000 Norwegian krone

2.1.4 General information

Additional information : The contracting authority will not weight the environment in this procurement as an award criteria with a weight of 30% or set special requirements connected to the environment, cf. the procurement regulations § 7-9 (5). The contracting authority has assessed that the procurement has, in its nature, an immaterial climate footprint and environmental impact, as this is mainly a service procurement of consultants in the form of consultancy/consultancy services. A central characteristic of the nature of the services that shall be procured is that the most important commitment factor is the effort provided by the consultant without other major direct input factors. The climate footprint of the procurement ́s nature - consultancy services - is primarily for the use of digital tools (computer and mobile). This use is considered to have an immaterial climate footprint and an immaterial environmental impact. Travel activities are estimated to fall outside the nature of the procurement. Necessary travel activities will in any case be very limited. Without it being decisive for the contracting authority ́s assessment, it is informed that the Directorate for Financial Management (DFØ) has assessed this equivalent, cf. DFØ ́s guideline "Guidelines for rules on climate and environmental considerations in public procurements" point 7.2. The rules in the procurement regulations § 7-9 (2) and (4) will therefore not apply.
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 : 4
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 4

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 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 : Sub-contract 1: Consultant engineering services
Description : The objective of the joint procurement agreement is to ensure that, throughout the contract period, the Contracting Authority has access to assistance from consulting engineers, project managers and engineering design managers and construction managers with relevant competence to cover the Contracting Authority's ongoing need for services in the contract area. The entities in Oslo municipality have very different needs and the assignments will vary in nature, length and complexity. The agreement shall cover small, medium sized and larger assignments in all project phases. Tenderers can submit tenders for one or more sub-contracts. The contract is divided into 4 sub-contracts: 1. Consultant engineering services 2. Consultant engineer for geotechnics, geology and environmental geology. 3. Project and engineering design management 4. Construction management and HSE consultant The contracting authority intends to enter into parallel framework agreements with 3-5 tenderers for sub-contracts 1 and 2 and 2-3 tenderers for sub-contracts 3 and 4, provided that there are a sufficient number of suitable tenderers and tenders. The number of suppliers chosen will depend on whether the contracting authority can cover their needs within each sub-contract. The contract will be non-exclusive for the contracting authority.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71322500 Engineering-design services for traffic installations
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 71331000 Drilling-mud engineering services
Additional classification ( cpv ): 71332000 Geotechnical engineering services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71351910 Geology services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Oslo municipality

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has an option to extend the contract for up to 1+1 years on unchanged terms.

5.1.5 Value

Estimated value excluding VAT : 192 000 000 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 trade register
Description : The tenderer shall be a legally established company. Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Criterion : Financial ratio
Description : Tenderers shall have sufficient economic and financial capacity to be able to fulfil the contract within the sub competition(s) that the tenderer submits a tender for. The company's last Annual Financial Statements including notes, the Board's Annual Report and Audit Report, as well as new information of relevance to the company's fiscal numbers. The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Criterion : References on specified services
Description : Tenderers shall have sufficient experience from similar contracts. Similar assignments mean handling assignments of a similar extent and volume within the sub competition(s) that the tenderer submits tender offers in. Short description of the most important deliveries in the last three years, including information on the contract ́s value, date of delivery, number of delivery points as well as the name of the contracting authority and a description of the assignment ́s content. Separate documentation shall be submitted per sub-competition that the tenderer qualifies and submits tenders for.
Criterion : Average yearly manpower
Description : Tenderers shall have sufficient capacity to fulfil the contract within the sub competition(s) that the tenderer submits a tender in. State the tenderer's average annual workforce per role and the number of employees in the management during the last three years. The documentation is to be completed in Annex 4, Capacity Matrix. Separate documentation shall be submitted per sub-competition that the tenderer submits a tender in.
Criterion : Certificates by quality control institutes
Description : Tenderers shall have a relevant quality assurance system for the content of the contract. A description of the tenderer's quality assurance system. This can possibly be documented by a certificate issued by independent bodies as documentation that the tenderer fulfils quality assurance standards, for example ISO 9001:2015.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hourly rate
Description : Documentation requirement: Annex 2 Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Assignment comprehension
Description : Documentation requirement: Annex 4 Response to assignment comprehension.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Competence
Description : Documentation requirement: The offered personnel ́s relevant competence and experience beyond the minimum requirements. Completed Annex 3 (CV template) for executing key personnel.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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

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
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
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, with reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing more information on the review procedures : Oslo Tingrett -

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2: Consultant engineer for geotechnics, geology and environmental geology.
Description : The objective of the joint procurement agreement is to ensure that, throughout the contract period, the Contracting Authority has access to assistance from consulting engineers, project managers and engineering design managers and construction managers with relevant competence to cover the Contracting Authority's ongoing need for services in the contract area. The entities in Oslo municipality have very different needs and the assignments will vary in nature, length and complexity. The agreement shall cover small, medium sized and larger assignments in all project phases. Tenderers can submit tenders for one or more sub-contracts. The contract is divided into 4 sub-contracts: 1. Consultant engineering services 2. Consultant engineer for geotechnics, geology and environmental geology. 3. Project and engineering design management 4. Construction management and HSE consultant The contracting authority intends to enter into parallel framework agreements with 3-5 tenderers for sub-contracts 1 and 2 and 2-3 tenderers for sub-contracts 3 and 4, provided that there are a sufficient number of suitable tenderers and tenders. The number of suppliers chosen will depend on whether the contracting authority can cover their needs within each sub-contract. The contract will be non-exclusive for the contracting authority.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71322500 Engineering-design services for traffic installations
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 71331000 Drilling-mud engineering services
Additional classification ( cpv ): 71332000 Geotechnical engineering services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71351910 Geology services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Oslo municipality

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has an option to extend the contract for up to 1+1 years on unchanged terms.

5.1.5 Value

Estimated value excluding VAT : 29 200 000 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 trade register
Description : The tenderer shall be a legally established company. Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Criterion : Financial ratio
Description : Tenderers shall have sufficient economic and financial capacity to be able to fulfil the contract within the sub competition(s) that the tenderer submits a tender for. The company's last Annual Financial Statements including notes, the Board's Annual Report and Audit Report, as well as new information of relevance to the company's fiscal numbers. The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Criterion : References on specified services
Description : Tenderers shall have sufficient experience from similar contracts. Similar assignments mean handling assignments of a similar extent and volume within the sub competition(s) that the tenderer submits tender offers in. Short description of the most important deliveries in the last three years, including information on the contract ́s value, date of delivery, number of delivery points as well as the name of the contracting authority and a description of the assignment ́s content. Separate documentation shall be submitted per sub-competition that the tenderer qualifies and submits tenders for.
Criterion : Average yearly manpower
Description : Tenderers shall have sufficient capacity to fulfil the contract within the sub competition(s) that the tenderer submits a tender in. State the tenderer's average annual workforce per role and the number of employees in the management during the last three years. The documentation is to be completed in Annex 4, Capacity Matrix. Separate documentation shall be submitted per sub-competition that the tenderer submits a tender in.
Criterion : Certificates by quality control institutes
Description : Tenderers shall have a relevant quality assurance system for the content of the contract. A description of the tenderer's quality assurance system. This can possibly be documented by a certificate issued by independent bodies as documentation that the tenderer fulfils quality assurance standards, for example ISO 9001:2015.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hourly rate
Description : Documentation requirement: Annex 2 Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Competence
Description : Documentation requirement: Annex 3 (CV template) for executing key personnel.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
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

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
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
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, with reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing more information on the review procedures : Oslo Tingrett -

5.1 Lot technical ID : LOT-0003

Title : Sub-contract 3: Project and engineering design management
Description : The objective of the joint procurement agreement is to ensure that, throughout the contract period, the Contracting Authority has access to assistance from consulting engineers, project managers and engineering design managers and construction managers with relevant competence to cover the Contracting Authority's ongoing need for services in the contract area. The entities in Oslo municipality have very different needs and the assignments will vary in nature, length and complexity. The agreement shall cover small, medium sized and larger assignments in all project phases. Tenderers can submit tenders for one or more sub-contracts. The contract is divided into 4 sub-contracts: 1. Consultant engineering services 2. Consultant engineer for geotechnics, geology and environmental geology. 3. Project and engineering design management 4. Construction management and HSE consultant The contracting authority intends to enter into parallel framework agreements with 3-5 tenderers for sub-contracts 1 and 2 and 2-3 tenderers for sub-contracts 3 and 4, provided that there are a sufficient number of suitable tenderers and tenders. The number of suppliers chosen will depend on whether the contracting authority can cover their needs within each sub-contract. The contract will be non-exclusive for the contracting authority.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71322500 Engineering-design services for traffic installations
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Oslo municipality

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has an option to extend the contract for up to 1+1 years on unchanged terms.

5.1.5 Value

Estimated value excluding VAT : 18 000 000 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 trade register
Description : The tenderer shall be a legally established company. Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Criterion : Financial ratio
Description : Tenderers shall have sufficient economic and financial capacity to be able to fulfil the contract within the sub competition(s) that the tenderer submits a tender for. The company's last Annual Financial Statements including notes, the Board's Annual Report and Audit Report, as well as new information of relevance to the company's fiscal numbers. The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Criterion : References on specified services
Description : Tenderers shall have sufficient experience from similar contracts. Similar assignments mean handling assignments of a similar extent and volume within the sub competition(s) that the tenderer submits tender offers in. Short description of the most important deliveries in the last three years, including information on the contract ́s value, date of delivery, number of delivery points as well as the name of the contracting authority and a description of the assignment ́s content. Separate documentation shall be submitted per sub-competition that the tenderer qualifies and submits tenders for.
Criterion : Average yearly manpower
Description : Tenderers shall have sufficient capacity to fulfil the contract within the sub competition(s) that the tenderer submits a tender in. State the tenderer's average annual workforce per role and the number of employees in the management during the last three years. The documentation is to be completed in Annex 4, Capacity Matrix. Separate documentation shall be submitted per sub-competition that the tenderer submits a tender in.
Criterion : Certificates by quality control institutes
Description : Tenderers shall have a relevant quality assurance system for the content of the contract. A description of the tenderer's quality assurance system. This can possibly be documented by a certificate issued by independent bodies as documentation that the tenderer fulfils quality assurance standards, for example ISO 9001:2015.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hourly rate
Description : Documentation requirement: Annex 2 Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Assignment Comprehension (Case)
Description : The award criteria 'assignment comprehension' will be assessed on the basis of a judgemental assessment of the submitted case.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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

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
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
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, with reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing more information on the review procedures : Oslo Tingrett -

5.1 Lot technical ID : LOT-0004

Title : Sub-contract 4: Construction management and SHA consultant
Description : The objective of the joint procurement agreement is to ensure that, throughout the contract period, the Contracting Authority has access to assistance from consulting engineers, project managers and engineering design managers and construction managers with relevant competence to cover the Contracting Authority's ongoing need for services in the contract area. The entities in Oslo municipality have very different needs and the assignments will vary in nature, length and complexity. The agreement shall cover small, medium sized and larger assignments in all project phases. Tenderers can submit tenders for one or more sub-contracts. The contract is divided into 4 sub-contracts: 1. Consultant engineering services 2. Consultant engineer for geotechnics, geology and environmental geology. 3. Project and engineering design management 4. Construction management and HSE consultant The contracting authority intends to enter into parallel framework agreements with 3-5 tenderers for sub-contracts 1 and 2 and 2-3 tenderers for sub-contracts 3 and 4, provided that there are a sufficient number of suitable tenderers and tenders. The number of suppliers chosen will depend on whether the contracting authority can cover their needs within each sub-contract. The contract will be non-exclusive for the contracting authority.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321200 Heating-system design services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71322500 Engineering-design services for traffic installations
Additional classification ( cpv ): 71325000 Foundation-design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 71331000 Drilling-mud engineering services
Additional classification ( cpv ): 71332000 Geotechnical engineering services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71351910 Geology services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71541000 Construction project management services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Oslo municipality

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has an option to extend the contract for up to 1+1 years on unchanged terms.

5.1.5 Value

Estimated value excluding VAT : 16 800 000 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 trade register
Description : The tenderer shall be a legally established company. Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Criterion : Financial ratio
Description : Tenderers shall have sufficient economic and financial capacity to be able to fulfil the contract within the sub competition(s) that the tenderer submits a tender for. The company's last Annual Financial Statements including notes, the Board's Annual Report and Audit Report, as well as new information of relevance to the company's fiscal numbers. The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Criterion : References on specified services
Description : Tenderers shall have sufficient experience from similar contracts. Similar assignments mean handling assignments of a similar extent and volume within the sub competition(s) that the tenderer submits tender offers in. Short description of the most important deliveries in the last three years, including information on the contract ́s value, date of delivery, number of delivery points as well as the name of the contracting authority and a description of the assignment ́s content. Separate documentation shall be submitted per sub-competition that the tenderer qualifies and submits tenders for.
Criterion : Average yearly manpower
Description : Tenderers shall have sufficient capacity to fulfil the contract within the sub competition(s) that the tenderer submits a tender in. State the tenderer's average annual workforce per role and the number of employees in the management during the last three years. The documentation is to be completed in Annex 4, Capacity Matrix. Separate documentation shall be submitted per sub-competition that the tenderer submits a tender in.
Criterion : Certificates by quality control institutes
Description : Tenderers shall have a relevant quality assurance system for the content of the contract. A description of the tenderer's quality assurance system. This can possibly be documented by a certificate issued by independent bodies as documentation that the tenderer fulfils quality assurance standards, for example ISO 9001:2015.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hourly rate
Description : Documentation requirement: Annex 2 Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Assignment Comprehension (Case)
Description : The award criteria 'assignment comprehension' will be assessed on the basis of a judgemental assessment of the submitted case.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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

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
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
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, with reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing more information on the review procedures : Oslo Tingrett -

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
Registration number : 971183675
Department : Innkjøpstjenester
Postal address : Grensesvingen 6
Town : Oslo
Postcode : 0663
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Ida Aarhus
Telephone : +47 21802180
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : C. J. Hambros plass 4
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : a61ad700-23c4-417b-9874-fd83551e39cc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/05/2025 07:14 +00:00
Notice dispatch date (eSender) : 27/05/2025 07:32 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00345491-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025