The competition is for a framework agreement for the following services: - Group 1: Consultant engineering services construction, RIB - Group 2: Consultant engineer services electro, RIE - Group 3: Consultant engineering services ventilation, RIV - Group 4: Consultant engineering services Integrated Technical Building Installations, ITB - Group 5: Consultant engineering services fireproofing, RIBr - Group 6: Consultant engineering services building physics, RIByFy - Group 7: Consultant engineering services environment, RIM - Group 8: Architect and landscape architect - Group 9: Project managers, engineering design group managers - Group 10: Construction managers/builder ombudsman, SHA-KU/KP, independent inspections. The framework agreements do not apply for municipal engineering - Roads, water and sewage. The contracting authority for this competition is RIIK. RIIK carries out the competition, signs the contract and is the contract manager on behalf of the following municipalities and inter-municipal companies (hereafter also called the customers): • Eidskog municipality • Grue municipality • Kongsvinger municipality • Nord-Odal municipality • Sør-Odal municipality • Våler municipality • Åsnes municipality • Glåmdal Intermunicipal Sanitation Company (GIR) • Solør Renovasjon IKS (SOR) The estimated value per annum and the maximum value for the entire contract period per group, including any options and the expected price rise are stated in point 1.1.4. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. See the procurement documents for further information. This procurement is considered to have an immaterial impact on climate and environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor.
Frist
Fristen for mottak av tilbud var 2024-06-17.
Anskaffelsen ble publisert 2024-05-14.
Kunngjøring av konkurranse (2024-05-14) Gjenstand Anskaffelsens omfang
Tittel: Architect and engineering services for municipalities in the Kongsvinger region, framework agreement.
Referansenummer: 23355
Kort beskrivelse:
“The competition is for a framework agreement for the following services:
- Group 1: Consultant engineering services construction, RIB
- Group 2: Consultant...”
Kort beskrivelse
The competition is for a framework agreement for the following services:
- Group 1: Consultant engineering services construction, RIB
- Group 2: Consultant engineer services electro, RIE
- Group 3: Consultant engineering services ventilation, RIV
- Group 4: Consultant engineering services Integrated Technical Building Installations, ITB
- Group 5: Consultant engineering services fireproofing, RIBr
- Group 6: Consultant engineering services building physics, RIByFy
- Group 7: Consultant engineering services environment, RIM
- Group 8: Architect and landscape architect
- Group 9: Project managers, engineering design group managers
- Group 10: Construction managers/builder ombudsman, SHA-KU/KP, independent inspections.
The framework agreements do not apply for municipal engineering - Roads, water and sewage.
The contracting authority for this competition is RIIK. RIIK carries out the competition, signs the contract and is the contract manager on behalf of the following municipalities and inter-municipal companies (hereafter also called the customers):
The estimated value per annum and the maximum value for the entire contract period per group, including any options and the expected price rise are stated in point 1.1.4. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors.
See the procurement documents for further information.
This procurement is considered to have an immaterial impact on climate and environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor.
1️⃣
Beskrivelse av anskaffelsen:
“The competition is for a framework agreement for the following services:
- Group 1: Consultant engineering services construction, RIB
- Group 2: Consultant...”
Beskrivelse av anskaffelsen
The competition is for a framework agreement for the following services:
- Group 1: Consultant engineering services construction, RIB
- Group 2: Consultant engineer services electro, RIE
- Group 3: Consultant engineering services ventilation, RIV
- Group 4: Consultant engineering services Integrated Technical Building Installations, ITB
- Group 5: Consultant engineering services fireproofing, RIBr
- Group 6: Consultant engineering services building physics, RIByFy
- Group 7: Consultant engineering services environment, RIM
- Group 8: Architect and landscape architect
- Group 9: Project managers, engineering design group managers
- Group 10: Construction managers/builder ombudsman, SHA-KU/KP, independent inspections.
The framework agreements do not apply for municipal engineering - Roads, water and sewage.
The contracting authority for this competition is RIIK. RIIK carries out the competition, signs the contract and is the contract manager on behalf of the following municipalities and inter-municipal companies (hereafter also called the customers):
The estimated value per annum and the maximum value for the entire contract period per group, including any options and the expected price rise are stated in point 1.1.4. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors.
See the procurement documents for further information.
This procurement is considered to have an immaterial impact on climate and environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns consultancy services/consultancy services where the contracting authority is unable to influence climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor.
2️⃣ Tittel
Identifikasjonsnummer for delkontrakt: LOT-0002
3️⃣ Tittel
Identifikasjonsnummer for delkontrakt: LOT-0003
4️⃣ Tittel
Identifikasjonsnummer for delkontrakt: LOT-0004
5️⃣ Tittel
Identifikasjonsnummer for delkontrakt: LOT-0005
6️⃣ Tittel
Identifikasjonsnummer for delkontrakt: LOT-0006
7️⃣ Tittel
Identifikasjonsnummer for delkontrakt: LOT-0007
8️⃣ Tittel
Identifikasjonsnummer for delkontrakt: LOT-0008
9️⃣ Tittel
Identifikasjonsnummer for delkontrakt: LOT-0009
1️⃣0️⃣ Tittel
Identifikasjonsnummer for delkontrakt: LOT-0010
1️⃣1️⃣ Tittel
Identifikasjonsnummer for delkontrakt: LOT-0011
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-06-17 10:00:58 📅
Vilkår for åpning av tilbud: 2024-06-17 10:01:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 97
Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Certificates for tax and VAT.: Tenderers shall have their tax and VAT payments in order (ESPD: Part II A.e).
Documentation requirement:
A certificate...”
Liste og kort beskrivelse av utvelgelseskriterier
Certificates for tax and VAT.: Tenderers shall have their tax and VAT payments in order (ESPD: Part II A.e).
Documentation requirement:
A certificate showing paid VAT, taxes and social security contributions is required. Certificate issued by the competent authority in the member country, confirming that the tenderer has fulfilled his VAT, tax and social security obligations in the country where the tenderer/contractor belongs (Norwegian tax and VAT certificate is common and can be ordered from altinn.no, RF-1507, previous RF-1244) in accordance with the legal provisions in the country. The certificate must not be more than six months old.
According to the regulations §17-1(4), the Contracting Authority does not have the opportunity to request the certificate if it has already been received. If you have submitted a tax certificate to the contracting authority and it is still valid at the time of the tender submission for this competition, you will not be required to present a certificate at this time. If so, state when you have previously submitted the certificate and to whom. You can, however, enclose the certificate voluntarily if you want.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Economic and financial capacity: Requirements regarding the tenderer ́s economic and financial position: The financial capacity to fulfil this contract is...”
Liste og kort beskrivelse av utvelgelseskriterier
Economic and financial capacity: Requirements regarding the tenderer ́s economic and financial position: The financial capacity to fulfil this contract is required (ESPD: Part IV B.58-3).
Documentation requirement:
The contracting authority will assess finances through the company and accounting information system Proff Forvalt (www.forvalt.no). The contracting authority reserves the right to obtain supplementary information about the tenderer's finances.
Any need for support from other companies to fulfil this qualification requirement.
If the tenderer is dependent on other companies to fulfil this qualification requirement, please provide an account below. The contracting authority will, in such cases, also assess the finances of the support business in the same way. The contracting authority reserves the right, in such cases, to obtain supplementary information, bank guarantees etc.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way:
If certain...”
Liste og kort beskrivelse av regler og kriterier
This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way:
If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents:: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“The tenderer fulfils the stated qualification requirements:”