Tender Details
Title

Norway – Construction project management services – Framework agreement project management and support. Place of performance: Anywhere Main nature of the contract: Services Official name: Sør-Aurdal kommune Type of procedure: Open

Country
Language
English
Organization
Published Date
09.10.2024
Deadline Date
04.11.2024
Overview
607247-2024 - Competition Competition Norway: Construction project management services Framework agreement project management and support. Anywhere Estimated value excluding VAT: 4 000 000,00 NOK Type of procedure: Open Buyer Buyer: Sør-Aurdal kommune Email: ingrid.lie.gosling@sor-aurdal.kommune.no Norway, Innlandet (NO020), Bagn LOT-0000: Framework agreement project management and support. Construction project management services Anywhere Duration: 2 027 Years Estimated value excluding VAT: 4 000 000,00 NOK Deadline for receipt of tenders: 04/11/2024 - 11:00:00 (UTC) 607247-2024 - Competition Norway – Construction project management services – Framework agreement project management and support. OJ S 197/2024 09/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Sør-Aurdal kommune Email: ingrid.lie.gosling@sor-aurdal.kommune.no 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: Framework agreement project management and support. Description: Sør-Aurdal municipality shall implement major investments in the next few years. It is therefore desirable to enter into a framework agreement for project management and support in order to ensure capacity and competence for the execution of several building and construction projects. A framework agreement shall be signed with one tenderer, but several resources can be engaged at times. Projects shall be implemented for purpose-built buildings within schools, nurseries and health. Procedure identifier: 02f189df-f9cf-4d3f-8bd1-cb55b36dddbe Internal identifier: 24/957 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71541000 Construction project management services Additional classification (cpv): 71000000 Architectural, construction, engineering and inspection services, 71242000 Project and design preparation, estimation of costs, 71300000 Engineering services, 71310000 Consultative engineering and construction services, 71311000 Civil engineering consultancy services, 71311100 Civil engineering support services, 71500000 Construction-related services, 71540000 Construction management services, 79420000 Management-related services, 79421000 Project-management services other than for construction work 2.1.2. Place of performance Anywhere Additional information: There is a requirement for presence in the contracting authority ́s premises, c.f. the tender documentation. 2.1.3. Value Estimated value excluding VAT: 4 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Analogous situation like bankruptcy 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. 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. 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. 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. 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) 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? 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. 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). 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). Child labour and 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). 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. 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. 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. Guilty of 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? Guilty of 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. Early termination, damages or other comparable sanctions: Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions? Breaching of obligations 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. 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? 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. 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? 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. 5. Lot 5.1. Lot: LOT-0000 Title: Framework agreement project management and support. Description: Sør-Aurdal municipality shall implement major investments in the next few years. It is therefore desirable to enter into a framework agreement for project management and support in order to ensure capacity and competence for the execution of several building and construction projects. A framework agreement shall be signed with one tenderer, but several resources can be engaged at times. Projects shall be implemented for purpose-built buildings within schools, nurseries and health. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71541000 Construction project management services Additional classification (cpv): 71000000 Architectural, construction, engineering and inspection services, 71242000 Project and design preparation, estimation of costs, 71300000 Engineering services, 71310000 Consultative engineering and construction services, 71311000 Civil engineering consultancy services, 71311100 Civil engineering support services, 71500000 Construction-related services, 71540000 Construction management services, 79420000 Management-related services, 79421000 Project-management services other than for construction work 5.1.2. Place of performance Anywhere Additional information: There is a requirement for presence in the contracting authority ́s premises, c.f. the tender documentation. 5.1.3. Estimated duration Duration: 2 027 Years 5.1.4. Renewal Maximum renewals: 2 5.1.5. Value Estimated value excluding VAT: 4 000 000,00 NOK 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 Criterion: Type: Economic and financial standing Name: Other economic and 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: Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company 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. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Education 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: Use of this criterion: Used 5.1.11. Procurement documents Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=414474&B= 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=414474&B= Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Deadline for receipt of tenders: 04/11/2024 11:00:00 (UTC) Deadline until which the tender must remain valid: 2 Months Information about public opening: Opening date: 04/11/2024 11:00:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: Yes A non-disclosure agreement is required: yes 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 Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: IKT Valdres IKS Organisation providing additional information about the procurement procedure: Sør-Aurdal kommune Organisation providing offline access to the procurement documents: Sør-Aurdal kommune Organisation providing more information on the review procedures: Sør-Aurdal kommune Organisation receiving requests to participate: Sør-Aurdal kommune 8. Organisations 8.1. ORG-0001 Official name: IKT Valdres IKS Registration number: 995 607 409 Postal address: Jernbanevegen 20 Town: Fagernes Postcode: 2900 Country: Norway Contact point: Ingrid Gosling Email: ingrid.lie@sor-aurdal.kommune.no Telephone: +47 90415927 Roles of this organisation: Review organisation 8.1. ORG-0002 Official name: Sør-Aurdal kommune Registration number: 961381819 Department: Samfunnsutvikling Postal address: Tingvollbakkin 15 Town: Bagn Postcode: 2930 Country subdivision (NUTS): Innlandet (NO020) Country: Norway Contact point: Ingrid Gosling Email: ingrid.lie.gosling@sor-aurdal.kommune.no Telephone: 90415927 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 providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: 08ddca12-da48-42e9-ad3e-63b5ca02aa4c - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 07/10/2024 14:43:10 (UTC) Notice dispatch date (eSender): 07/10/2024 16:00:49 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 607247-2024 OJ S issue number: 197/2024 Publication date: 09/10/2024 Czech document download: https://ted.europa.eu/cs/notice/607247-2024/pdf Danish document download: https://ted.europa.eu/da/notice/607247-2024/pdf German document download: https://ted.europa.eu/de/notice/607247-2024/pdf Greek document download: https://ted.europa.eu/el/notice/607247-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/607247-2024/pdf English document download: https://ted.europa.eu/en/notice/607247-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/607247-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/607247-2024/pdf French document download: https://ted.europa.eu/fr/notice/607247-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/607247-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/607247-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/607247-2024/pdf Italian document download: https://ted.europa.eu/it/notice/607247-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/607247-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/607247-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/607247-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/607247-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/607247-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/607247-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/607247-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/607247-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/607247-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/607247-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/607247-2024/pdf
NAICS
Business All Other Professional Navigational Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Copper Religious Financial Transactions Processing Securities Justice Other Professional All Other Support Services Construction Greenhouse Architectural Turned Product and Screw Other Justice Direct Insurance (except Life Direct Life Measuring Agriculture Nursery Navigational Nursery Financial Transactions Processing Research and Development in the Physical Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Engineering Services Research and Development in the Physical Copper Construction Professional Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper System, storage and content management software package Mains Control, safety, signalling and light equipment Architectural, engineering and planning services Nuts Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Publications Control, safety or signalling equipment for inland waterways Architectural, engineering and surveying services Wells construction work Lead Project and design preparation, estimation of costs Other community, social and personal services Control, safety or signalling equipment for parking facilities Construction work Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Forms Vats Pressure-reducing, control, check or safety valves Catalogues Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Goods used in construction Architectural, construction, engineering and inspection services Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Control, safety or signalling equipment for airports Dates
UNSPSC
Nuts Awards Business cases Inspection Project management Well engineering Co financing Employment Case making services High school Securities
Regions
Europe Northern Europe Western Europe
Sectors
Civil Works Services Defence and Security Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert