B1020 EFU-10852 Olsvik nursery school - procurement of a turnkey contractor/stage 1 prequalification.

Based on the desire for increased capacity in nurseries in the Laksevåg district, a nursery school is planned to be established in Olsvik with 98 places (108 units). A temporary nursery has previously been erected on the site. The temporary nursery was taken out of operation in 2016 and it …

CPV: 45000000 Stavební práce, 45210000 Bytová výstavba, 45214100 Stavební úpravy budov mateřských škol, 71240000 Architektonické, technické a plánovací služby, 71320000 Technické projektování
Místo provedení:
B1020 EFU-10852 Olsvik nursery school - procurement of a turnkey contractor/stage 1 prequalification.
Misto zadání:
Bergen kommune - Etat for utbygging
Číslo zakázky:
2020/93099

1. Buyer

1.1 Buyer

Official name : Bergen kommune - Etat for utbygging
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : B1020 EFU-10852 Olsvik nursery school - procurement of a turnkey contractor/stage 1 prequalification.
Description : Based on the desire for increased capacity in nurseries in the Laksevåg district, a nursery school is planned to be established in Olsvik with 98 places (108 units). A temporary nursery has previously been erected on the site. The temporary nursery was taken out of operation in 2016 and it has been completely removed. The property is regulated to a nursery 29.04.15 plan number 3320101.The nursery building in Olsvik is designed in accordance with guidelines in the development plan in Bergen municipality, running. 123, bnr. 344 mfl., Olsvik nursery school, National area plan-ID 1201, 3320101 for the site as well as annexes that have been prepared in accordance with the approved function and area programme for the new nursery schools in Bergen municipality. Olsvik nursery has a separate attached area table for the Area and function programme that shall be followed. The turnkey contractor will be responsible for applying for, and getting approved, framework permission for the initiative. Dispensation shall be sought from one of the order requirements, this is to be done in consultation with the Builder and further described in chapter 1, point 13 in the Function Description.
Procedure identifier : 6e29a35a-8863-42c1-82d0-e282d2bc0b07
Previous notice : 101589-2025
Internal identifier : 2020/93099
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Bergen municipality, the Development Department, hereby invites tenderers to a competition for a contract turnkey contract in the project B1020 Olsvik nursery school.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45214100 Construction work for kindergarten buildings
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71320000 Engineering design services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - .

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 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 : B1020 EFU-10852 Olsvik nursery school - procurement of a turnkey contractor/stage 1 prequalification.
Description : Based on the desire for increased capacity in nurseries in the Laksevåg district, a nursery school is planned to be established in Olsvik with 98 places (108 units). A temporary nursery has previously been erected on the site. The temporary nursery was taken out of operation in 2016 and it has been completely removed. The property is regulated to a nursery 29.04.15 plan number 3320101.The nursery building in Olsvik is designed in accordance with guidelines in the development plan in Bergen municipality, running. 123, bnr. 344 mfl., Olsvik nursery school, National area plan-ID 1201, 3320101 for the site as well as annexes that have been prepared in accordance with the approved function and area programme for the new nursery schools in Bergen municipality. Olsvik nursery has a separate attached area table for the Area and function programme that shall be followed. The turnkey contractor will be responsible for applying for, and getting approved, framework permission for the initiative. Dispensation shall be sought from one of the order requirements, this is to be done in consultation with the Builder and further described in chapter 1, point 13 in the Function Description.
Internal identifier : 2020/93099

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45214100 Construction work for kindergarten buildings
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71320000 Engineering design services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 18 Month

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) : yes

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 The company shall be legally registered. Documentation requirement: It is not necessary to enclose documentation for companies that are registered in the Norwegian Register of Business Enterprises and the VAT register. The contracting authority will check the organisation number in the company ́s Mercell profile. Please note that it is the organisation number that is in the company ́s profile for this competition in Mercell that is checked. For companies that are not registered in the above mentioned register, tenderers must present a certificate or confirmation (equivalent company registration certificate) of registration in a trade or business register as prescribed by the law of the country where the company is established. Such a certificate shall not be issued more than six months before the tender deadline.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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 The company must have sufficient economic and financial capacity to implement the assignment. When assessing what is seen as sufficient economic and financial capacity for each assignment, emphasis will be put on the assignment ́s values, benefits, risks and duration. All the received and any obtained information will form the basis for an overall assessment of whether the qualification requirement is fulfilled.   Documentation requirement for Norwegian companies: The contracting authority will check the company ́s financial situation itself from DFØ's eBevis and Proff Forvalt ( https://forvalt.no/). (companies that have delivered accounts to the Brønnøysund Register Centre are registered through Proff Forvalt) Foreign companies: The company ́s last two auditor approved annual accounts. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be provided.  If one company will use the capacity of other companies to fulfil the requirements for economic and financial capacity, the contracting authority requires that they are joint and severally responsible for the execution of the contract.
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 Tenderers shall have experience from 2 relevant assignments. Relevant assignments are in this context defined as assignments of the same complexity/degree of difficulty and scope/size as the turnkey contractor. THE ARK company shall have experience from 2 relevant assignments. Relevant assignments mean assignments of the same complexity/degree of difficulty and scope/size. The assignments must have received a certificate of completion. The LARK company shall have experience from 2 relevant assignments. Relevant assignments mean assignments of the same complexity/degree of difficulty and scope/size. The assignments must have received a certificate of completion. Documentation requirement: The company ́s relevant assignments from the last seven years, listed in the reference list template. The chosen tenderer will be sent a reference list template to document fulfilment of the qualification requirement. In cases where the company does not have the necessary qualifications, but relies on other suppliers to be qualified, equivalent documentation must be presented for them.
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 The contracting authority requires that all tenderers have a quality management system in accordance with NS-EN ISO 9001:2015. Documentation requirement: Valid ISO-9001:2015 certificate. If a company does not have such a certificate, documentation shall be enclosed in the form of the company's quality handbook, alternatively table of contents of the management system and organisation chart showing the responsibilities of quality.
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
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

5.1.10 Award criteria

Criterion :
Type : Price
Name : price
Description : Price means a tender price such as the tender sum, option sum and mark-up percentage. Documentation requirement: Completed tender form with information on the tender sum, opjonssum and mark-up percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Solution proposal
Description : How the tenderer plans to solve the project. Documentation requirement: The following shall be delivered: Situation plan in M 1:500 Outdoor plans for the outdoor area in M 1:200 Floor plans in M 1:200 with room names and net area. The plan drawings shall be colour code in accordance with NS 3940 with main function areas RGB: 219, 238, 255, common function areas: 15, 255, 195, technical area and operational area: 255, 222, 122 and communication area: 255, 153, 153. Facades and slides in M 1:200 One internal perspective from common areas, showing the transitions between inside and outside. Area overview showing how arealprogram_romskjema is fulfilled, as well as communication and technical areas. Set up over NTA, BTA, BRA and BYA. A brief description of approx. 4 (four) A4 pages that describes the following: Circularity analysis with results and consequences thereof. How the concept safeguards the 3 principles of Architecture+: uniform design, interaction between city and nature and aesthetic experience. A description of communication lines for walking, cycling, public transport and deliveries to the building, as well as how the nursery and its functions are intended to be solved, both as regards the user and owner of the nursery. How the implementation of the project safeguards the school and nursery ́s proximity to the construction site, with a particular focus on safety. We encourage use of text, diagrams, sketches and other relevant tools. The evaluation of the award criteria will be carried out on the basis of a total assessment of the main concept, architecture, functionality and structural concept. Amongst other things, the following will be assessed: Overall, flexible and robust design Aesthetic experience Area efficiency and user friendliness.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Address of the procurement documents : https://permalink.mercell.com/257523016.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 : Required
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 : 25/07/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
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

Mediation organisation : Hordaland tingrett bergen -
Review organisation : Hordaland tingrett bergen -
Organisation providing more information on the review procedures : Bergen kommune - Etat for utbygging -

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune - Etat for utbygging
Registration number : 964338531
Department : Etat for utbygging
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Helene Mjåtveit
Telephone : +47 05556
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Hordaland tingrett bergen
Registration number : 974737418
Town : bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation
Notice information
Notice identifier/version : 09fc6891-c1cc-4a3d-9afd-87d49de8c8f9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/05/2025 09:07 +00:00
Notice dispatch date (eSender) : 22/05/2025 09:07 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00335022-2025
OJ S issue number : 99/2025
Publication date : 23/05/2025