Heimdal Health and Welfare Centre and Library - Invitation to competition - turnkey contract with interaction (stage 1)

Trondheim municipality shall construct a new health and welfare centre in Heimdal. The site consists of several farm and use numbers and it is currently partly developed. The existing buildings shall be demolished as a part of the assignment. The centre is planned with 72 nursing home rooms divided in …

CPV: 45000000 Строителни и монтажни работи
Място на изпълнение:
Heimdal Health and Welfare Centre and Library - Invitation to competition - turnkey contract with interaction (stage 1)
Издаващ орган:
Trondheim kommune
Номер на наградата:
2025/21647

1. Buyer

1.1 Buyer

Official name : Trondheim kommune
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 : Heimdal Health and Welfare Centre and Library - Invitation to competition - turnkey contract with interaction (stage 1)
Description : Trondheim municipality shall construct a new health and welfare centre in Heimdal. The site consists of several farm and use numbers and it is currently partly developed. The existing buildings shall be demolished as a part of the assignment. The centre is planned with 72 nursing home rooms divided in 3 floors around an inner courtyard/sensory garden. In a separate wing of the building, new premises shall be established for heimdal library on the 1st and 2nd floors and zone office for a new home service on the 3rd floor. The building has two sub-floors.  In U1 there are operational areas and parking basements for the home service ́s vehicles. There is a public car park in U2 with approx. 70 places. The contract includes the establishment of an inner courtyard/sensory garden, a roof garden on the second floor, a library park and green areas outside the building. The assignment also includes the development of road areas on both municipal roads and along county roads, as well as foot/cycle paths and shortcuts, alterations to goods delivery and sanitation for the shopping centre in Ringvålvegen 3-7 and a new exit east of the shopping centre for Ringvålvegen. There are also order requirements such as shortcuts and pavements along Ringvålvegen 3-7. The contract work shall be carried out as a turnkey contract with interaction. The objective of the collaboration phase is the involvement of contractors and consultants, with focus on system optimisation and risk management.  Concretisation/details shall be carried out within the framework of the negotiated tender offer.
Procedure identifier : f00615c1-12ec-4552-a9fc-717dd3369619
Internal identifier : 2025/21647
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The competition will be held in accordance with the Public Procurement Act dated 17 June 2016 no. 73 (LOA) and the public procurement regulations dated 18 August 2016 no. 974 (FOA). Parts I and part III of the regulations apply for this procurement. The contract will be awarded in accordance with the negotiated procedure after a prior notice, cf. the Public Procurement Regulations § 13-1(2). The procurement will be carried out in two stages: Stage 1: Prequalification Stage 2: Tender phase.The assignment is planned to be carried out as a turnkey contract with a limited interaction phase before the start-up of the execution.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information : Heimdal Sentrum, Trondheim

2.1.3 Value

Estimated value excluding VAT : 570 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - the tender contest will be carried out in accordance with the Public Procurement Act dated 17 June 2016 no. 73 (LOA) and the public procurement regulations dated 18 August 2016 no. 974 (FOA). Parts I and part III of the regulations apply for this procurement. The contract will be awarded in accordance with the negotiated procedure, Public Procurement Regulations § 13-1(2).

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 of obligations set under purely national exclusion grounds : The 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?
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-0000

Title : Heimdal Health and Welfare Centre and Library - Invitation to competition - turnkey contract with interaction (stage 1)
Description : Trondheim municipality shall construct a new health and welfare centre in Heimdal. The site consists of several farm and use numbers and it is currently partly developed. The existing buildings shall be demolished as a part of the assignment. The centre is planned with 72 nursing home rooms divided in 3 floors around an inner courtyard/sensory garden. In a separate wing of the building, new premises shall be established for heimdal library on the 1st and 2nd floors and zone office for a new home service on the 3rd floor. The building has two sub-floors.  In U1 there are operational areas and parking basements for the home service ́s vehicles. There is a public car park in U2 with approx. 70 places. The contract includes the establishment of an inner courtyard/sensory garden, a roof garden on the second floor, a library park and green areas outside the building. The assignment also includes the development of road areas on both municipal roads and along county roads, as well as foot/cycle paths and shortcuts, alterations to goods delivery and sanitation for the shopping centre in Ringvålvegen 3-7 and a new exit east of the shopping centre for Ringvålvegen. There are also order requirements such as shortcuts and pavements along Ringvålvegen 3-7. The contract work shall be carried out as a turnkey contract with interaction. The objective of the collaboration phase is the involvement of contractors and consultants, with focus on system optimisation and risk management.  Concretisation/details shall be carried out within the framework of the negotiated tender offer.
Internal identifier : 2025/21647

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information : Heimdal Sentrum, Trondheim

5.1.3 Estimated duration

Start date : 01/03/2026
Duration end date : 01/11/2028

5.1.5 Value

Estimated value excluding VAT : 570 000 000 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) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade 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. 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 requirement: 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements Demand: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers shall have an annual minimum turnover that exceeds two times the estimated value of the contract. Documentation requirement: The company's Annual Financial Statements for the last 2 fiscal years which includes the Board's Annual Report, Income Statement, Balance Sheet, Notes, and Auditor's Report.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Other economic or 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: 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : References on specified works
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration. Minimum qualification requirements Demand: Tenderers shall refer to experience from a minimum of 3 relevant turnkey contracts for a health and welfare centre or other public purpose-built buildings of an equivalent size and complexist, completed in the last 5 years. In the ranking of qualified contractors, special emphasis will be put on: Experience with public builders Experience with equivalent values, size and scope. Experience with Breeam Nor Experience with collaboration/collaboration Documentation requirement: Tenderers shall enclose a list of relevant projects with a description, type of building, builder, contract value, scope/area, environmental profile, re-use, contract form, completion date. The name and e-mail address/mobile number of a gender neutral preferred at the builder shall be given. The contracting authority can contact the stated reference persons for verification. Certificates issued or confirmed by the contracting authority can be attached. It is the tenderer ́s responsibility to document relevance through the description. One assignment carried out earlier than five years can be included if the tenderer deems it particularly relevant for the assignment.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Technicians or technical bodies to carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract: Minimum qualification requirements Requirement: If a tenderer relies on the capacity of other companies, he shall document that he prevails over the necessary resources by presenting a commitment statement from each of these entities (Part 0-1 Annex 10). A binding statement shall be enclosed in addition to separate self-declarations (ESPD form).
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can 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 requirement: 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is 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 requirement: 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. Part 0-1 Annex 9 Environmental Statement can also be used.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/261026448.aspx

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 25/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett
Information about review deadlines : The deadline for temporary injunction is 15 days after the invitation of tenderers to submit a tender offer.
Organisation providing additional information about the procurement procedure : Trondheim kommune
Organisation providing offline access to the procurement documents : Trondheim kommune
Organisation providing more information on the review procedures : Trøndelag tingrett
Organisation receiving requests to participate : Trondheim kommune
Organisation processing tenders : Trondheim kommune

8. Organisations

8.1 ORG-0001

Official name : Trondheim kommune
Registration number : 942110464
Postal address : Erling Skakkes gate 14
Town : TRONDHEIM
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Rita Måsøval Sørdal
Telephone : +47 72540000
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 processing tenders

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Department : Klageorgan
Postal address : Postboks 2317, Torgarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Klageorgan
Telephone : 73542400
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : 04bf454e-5af1-4578-a4f1-91cec0fa797c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/07/2025 15:02 +00:00
Notice dispatch date (eSender) : 04/07/2025 15:10 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00444296-2025
OJ S issue number : 128/2025
Publication date : 08/07/2025