494090-2024 - Competition
Norway – Technical building-inspection services – Framework agreement valuation services 2024 - 2026
OJ S 159/2024 16/08/2024
Contract or concession notice – standard regime - Change notice
Services
1. Buyer
1.1.
Buyer
Official nameTrondheim kommune
Emaillea@trondheim.kommune.no
Legal type of the buyerPublic undertaking, controlled by a local authority
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleFramework agreement valuation services 2024 - 2026
DescriptionTrondheim municipality, hereafter called the contracting authority, invites tenderers to an open competition for a contract in the project 'project name'. The municipality would like tenders from tenderers with the professional, technical and economic basis necessary for fulfilment of the contract. Furthermore, experience from equivalent work is required for the execution of the above mentioned contract work in accordance with the tender documentation. The competition will be carried out via the municipality ́s tender implementation tool Mercell. All communication and tender submission will be via Mercell.'
Procedure identifierb2ff7c88-fa9d-4973-be15-6ba511ca4bcc
Internal identifier2024/13744
Type of procedureOpen
The procedure is acceleratedno
Main features of the procedureRegistering the condition of buildings in the immediate vicinity of the municipal engineering installations. This registration shall include pictorial and written documentation of all the existing damage both in and out of the building. If there are nearby buildings such as walls and fences etc., these shall also be registered in the condition. We would also like parts of the building to be registered that could be vulnerable to our type of site operations. After the condition registration, a report shall be prepared that will be an important documentation for the builder if damages are reported from the owners of the dwellings. There will be a follow-up in some projects where there is a risk of settlement damage. This involves assembly of bolts in the foundations and a continual follow-up of these with control of the height. A report shall be prepared showing the likelihood that this is due to site operation and an estimate of the cost of repairs of the damage.
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 71631300 Technical building-inspection services
Additional classification (cpv): 71251000 Architectural and building-surveying services, 71315300 Building surveying services, 71315400 Building-inspection services
2.1.2.
Place of performance
Country subdivision (NUTS)Trøndelag/Trööndelage (NO060)
CountryNorway
Additional informationTrondheim municipality
2.1.3.
Value
Estimated value excluding VAT16 000 000,00 NOK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
Anskaffelsesforskriften -
Anskaffelsesforskriften -
Anskaffelsesforskriften -
2.1.6.
Grounds for exclusion
Analogous situation like bankruptcy under national lawIs 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.
BankruptcyIs 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.
CorruptionIs 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 creditorsIs 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 organisationIs 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 competitionHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental lawIs 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 financingIs 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).
FraudIs 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 beingsIs 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).
InsolvencyIs 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 lawIs 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 liquidatorSpecify 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 procedureHave 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?
Purely national exclusion groundsThe contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Conflict of interest due to its participation in the procurement procedureAre 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 procedureHas 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 misconductHas 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 sanctionsHas 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 lawIs 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 contributionsHave 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 suspendedSpecify 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 taxesHas 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 activitiesIs 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.
LotLOT-0000
TitleFramework agreement valuation services 2024 - 2026
DescriptionTrondheim municipality, hereafter called the contracting authority, invites tenderers to an open competition for a contract in the project 'project name'. The municipality would like tenders from tenderers with the professional, technical and economic basis necessary for fulfilment of the contract. Furthermore, experience from equivalent work is required for the execution of the above mentioned contract work in accordance with the tender documentation. The competition will be carried out via the municipality ́s tender implementation tool Mercell. All communication and tender submission will be via Mercell.'
Internal identifier2024/13744
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 71631300 Technical building-inspection services
Additional classification (cpv): 71251000 Architectural and building-surveying services, 71315300 Building surveying services, 71315400 Building-inspection services
5.1.2.
Place of performance
Country subdivision (NUTS)Trøndelag/Trööndelage (NO060)
CountryNorway
Additional informationTrondheim municipality
5.1.3.
Estimated duration
Duration24 Months
5.1.4.
Renewal
Maximum renewals2
Other information about renewalsPlanned extension: 1 + 1 year.
5.1.5.
Value
Estimated value excluding VAT16 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)no
5.1.9.
Selection criteria
Criterion
TypeEconomic and financial standing
Name'Total' annual turnover
Description of selection criterionThe tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
NameAverage annual turnover
Description of selection criterionThe tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
Name"Specific annual turnover"
Description of selection criterionAre the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
NameAverage set-up
Description of selection criterionIs the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
NameThe tenderer's establishment date
Description of selection criterionIf the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
NameFinancial key figures
Description of selection criterionFor financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
NameLiability insurance
Description of selection criterionThe insured amount in the tenderer ́s liability insurance is the following:
Use of this criterionNot used

Criterion
TypeEconomic and financial standing
NameOther economic and financial requirements
Description of selection criterionRegarding 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 Demand: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers shall have a rating of minimum A or equivalent. Documentation requirement: Credit evaluation/rating, not older than three months, and which is based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. If the tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial capacity by presenting, for example, a declaration from a financial institution about surety. Requirement for a certified tax certificate.
Use of this criterionUsed

Criterion
TypeOther
NameCertificates issued by independent bodies for quality assurance standards.
Description of selection criterionCan tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Demand: Tenderers shall have a quality system suited to the content of the contract. Documentation: Certificate for the company's quality system/management system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2002. The quality standard shall be based on relevant European standard series, which are certified by accredited bodies. The contracting authority will also accept other documentation for equivalent quality assurance measures if the tenderer is unable to obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality assurance standards. As a minimum a general description of the system ́s content, including an overview of inspection plans and check-lists that are relevant for this contract, must be presented.
Use of this criterionUsed

Criterion
TypeOther
NameCertificates issued by independent bodies for environmental management standards.
Description of selection criterionIs 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 Demand: Tenderers must have procedures to carry out the assignment in an environmentally appropriate manner. Documentation: Tenderers shall present certificates issued by independent bodies as documentation that the tenderer fulfils certain environmental management systems or standards. E.g. the EU Scheme for Environmental Management and Environmental Audits (EMAS), other recognised environmental management systems in the Regulation (EF) no. 1221/2009 article 45 or other environmental management standards based on relevant European or international standards from accredited bodies. The contracting authority will accept equivalent certificates issued by bodies in other EEA countries (e.g. Eco-Lighthouse, ISO 14001). Other documentation that shows that the tenderer has procedures to carry out the assignment in an environmentally responsible manner. Annex 3 Environmental Statement can also be used.
Use of this criterionUsed

Criterion
TypeSuitability to pursue the professional activity
NameRegistered in a trade register
Description of selection criterionTenderers are registered in a professional 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 criterionNot used

Criterion
TypeSuitability to pursue the professional activity
NameRegistered in a trade register or company register.
Description of selection criterionTenderers 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 Demand: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation: Norwegian companies: Company Registration Certificate Foreign companies: Certificate that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is registered.
Use of this criterionUsed

Criterion
TypeSuitability to pursue the professional activity
NameIn the case of service contracts: Authorisations from a particular organisation required
Description of selection criterionIs a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterionNot used

Criterion
TypeSuitability to pursue the professional activity
NameIn the case of service contracts: Membership in a particular organisation is required
Description of selection criterionIs it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameServices only
Description of selection criterionOnly 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 Demand: Tenderers shall have experience from assignments of an equivalent nature and degree of difficulty as those described in the framework agreement. Documentation requirement: A description of the tenderer's three most relevant contracts in the course of recent years. The description must include: The scope of the assignment The assignment ́s value Time Contract party (name, telephone number and email address). It is the tenderer ́s responsibility to document relevance through the description. The contracting authority reserves the right to contact the person in question If it is necessary to ensure sufficient competition, the contracting authority can state that also documentation for relevant deliveries or services that the tenderer has performed more than 3 years ago will be considered.
Use of this criterionUsed

Criterion
TypeTechnical and professional ability
NameTechnical personnel or technical units
Description of selection criterionTenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameTechnical facilities and quality assurance measures
Description of selection criterionThe tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameInvestigation and research facilities
Description of selection criterionThe tenderer ́s survey and research facilitates are as follows:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameManagement and tracing of the supply chain
Description of selection criterionThe tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameControl Permission
Description of selection criterionFor goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameEducation and professional qualifications
Description of selection criterionThe 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 criterionNot used

Criterion
TypeTechnical and professional ability
NameEnvironmental management measures
Description of selection criterionTenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameNumber of employees in the management
Description of selection criterionThe tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameAverage workforce
Description of selection criterionThe tenderer's average annual workforce in the last three years has been as follows:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NameTools, materials and technical equipment.
Description of selection criterionTenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterionNot used

Criterion
TypeTechnical and professional ability
NamePortion of the contract to sub-suppliers.
Description of selection criterionThe tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements Documentation requirement: An overview/matrix that states how much of the contract the tenderer is considering putting away to sub-suppliers.
Use of this criterionUsed
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableNorwegian
Deadline for requesting additional information20/08/2024 10:00:00 (UTC+00:00) Western European Time, GMT
Address of the procurement documentshttps://permalink.mercell.com/228542959.aspx
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://permalink.mercell.com/228542959.aspx
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
VariantsNot allowed
Deadline for receipt of tenders28/08/2024 10:00:00 (UTC+00:00) Western European Time, GMT
Information about public opening
Opening date28/08/2024 10:00:00 (UTC+00:00) Western European Time, GMT
PlaceTrondheim municipality
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
A non-disclosure agreement is requiredyes
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedyes
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
No dynamic purchase system
Electronic auctionno
5.1.16.
Further information, mediation and review
Review organisationTrøndelag tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performedTrøndelag tingrett
Organisation providing additional information about the procurement procedureTrondheim kommune
Organisation providing offline access to the procurement documentsTrondheim kommune
8. Organisations
8.1.
ORG-0001
Official nameTrondheim kommune
Registration number942110464
Postal addressErling Skakkes gate 14
TownTRONDHEIM
Postcode7004
Country subdivision (NUTS)Trøndelag/Trööndelage (NO060)
CountryNorway
Contact pointLars Einar Aune
Emaillea@trondheim.kommune.no
Telephone+47 72540000
Internet addresshttps://www.trondheim.kommune.no
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
8.1.
ORG-0002
Official nameTrøndelag tingrett
Registration number926722794
Postal addressPostboks 2317, Torgarden
TownTrondheim
Postcode7004
CountryNorway
Emailtrondelag.tingrett@domstol.no
Telephone73542400
Roles of this organisation
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
10. Change
Version of the previous notice to be changed9cd7344c-87b4-4662-912c-c93adb174ebc-01
10.1.
Change
Section identifierPROCEDURE
10.1.
Change
Section identifierLOT-0000
Notice information
Notice identifier/version41914bde-bfb1-4a61-8f5c-128123e1cca2  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date14/08/2024 08:43:47 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)14/08/2024 08:56:54 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number494090-2024
OJ S issue number159/2024
Publication date16/08/2024