We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 580924-2023

Submission deadline has been amended by:  602257-2023
27/09/2023    S186

Norway-Bergen: Architectural and related services

2023/S 186-580924

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: UNIVERSITETET I BERGEN
National registration number: 874 789 542
Postal address: Pb 7800
Town: Bergen
NUTS code: NO0A2 Vestland
Postal code: 5020
Country: Norway
Contact person: Stine Jørgensen Bjarnar
E-mail: Stine.Bjarnar@uib.no
Internet address(es):
Main address: http://www.uib.no/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://tendsign.no/doc.aspx?UniqueId=afdgenhcgf&GoTo=Docs
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://tendsign.no/doc.aspx?UniqueId=afdgenhcgf&GoTo=Tender
I.4)Type of the contracting authority
National or federal agency/office
I.5)Main activity
Education

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

ANSK-23-0133 Framework agreement construction management (BL) and HSE coordinator for the execution phase (KU)

Reference number: ANSK-23-0133
II.1.2)Main CPV code
71200000 Architectural and related services
II.1.3)Type of contract
Services
II.1.4)Short description:

The contracting authority would like to use this procurement to enter into parallel framework agreements for consultancy services for buildings, installations, and property within the following disciplines/roles

• Construction management (Norwegian: BL)

HSE coordinator for the engineering design phase.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
71240000 Architectural, engineering and planning services
71242000 Project and design preparation, estimation of costs
II.2.3)Place of performance
NUTS code: NO0A2 Vestland
II.2.4)Description of the procurement:

The contracting authority would like to use this procurement to enter into parallel framework agreements for consultancy services for buildings, installations, and property within the following disciplines/roles

• Construction management (Norwegian: BL)

HSE coordinator for the engineering design phase.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 06/01/2024
End: 05/01/2026
This contract is subject to renewal: yes
Description of renewals:

2 extension(s), each for 12 months

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Requirement: Tenderers must be registered in a company register, professional register or a trade register in the country where the tenderer is established. Documentation requirement: Norwegian companies: eBevis or a company registration certificate.

Foreign companies: Verification showing that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Documentation requirement: A credit rating based on the most recent

known accounting figures. The rating must be carried out by a credit rating agency with a licence to provide such service. If a tenderer has justifiable cause to not present the documentation

requested by the Contracting Authority, the tenderer can document their economic and financial capacity by presenting

any other document that the Contracting Authority deems suitable.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Requirement: Tenderers must have experience from similar assignments. Documentation requirement: Tenderers must document their experience by describing up to four of the most relevant assignments for each role (total maximum 8) undertaken in the last 6 years. The tenderer are to use the contracting authority's attached "Template for reference projects", and in the description of similar assignments, the tenderer must emphasise:

- the value of the assignment

- the extent to which the assignment included

alteration/renovation,

listed/protected buildings, buildings in use,

technical projects

- what contract form

was used

- which project phases

the assignment covered, (cf.

the government's project model)

- what work tasks

were carried out in the project

The qualification assessment will be based on a total evaluation of the above mentioned points in light of the tender documentation.

Requirement: Tenderers must have had an average annual workforce that includes at minimum a total of -five- construction managers and engineering design managers (senior resources) in the last three years. Documentation requirement: A description of the tenderer's average annual workforce in the last three years.

Requirement: Tenderers must have environmental management certification, in the form of EMAS, ISO 14001, Eco-lighthouse or equivalent. Documentation requirement:

- Certificate from Eco-Lighthouse,

EMAS or ISO14001

- Other certificates issued by organs in

other EEA organs, provided that

the tenderer can document that

these are similar to EMAS or ISO 14001.

- The contracting authority will accept other

documentation for equivalent

environment management measures if

the tenderer does not have the opportunity to obtain

such certificates by the deadline, and this

is not due to the tenderer himself. This

is on the assumption that the tenderer

documents that these measures

are equivalent to the requested

quality assurance standards or

environment management systems or

standards.

Minimum level(s) of standards possibly required:

See the above minimum requirements for the average annual workforce.

III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 26/10/2023
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31/01/2024
IV.2.7)Conditions for opening of tenders
Date: 26/10/2023
Local time: 12:01

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Bergen tingrett
Town: Bergen
Country: Norway
VI.5)Date of dispatch of this notice:
22/09/2023