Barnas hus Gol - Nursery with activity centre and respite care part - new building - turnkey contract

Gol municipality invites tenderers to a competition for the construction of Barnas Hus Gol. This will be a nursery with an activity centre and a respite care part in Gol municipality. The work shall be carried out as a turnkey contract, in accordance with NS 8407.Se the tender documentation for …

CPV: 45112700 Arbejder i forbindelse med landskabsarkitektur, 45214100 Bygge- og anlægsarbejde i forbindelse med børnehaver, 71210000 Arkitektrådgivning, 71320000 Ingeniørmæssig projektering
Frist:
9. juni 2025 08:00
Type af frist:
Afgivelse af et tilbuddet
Henrettelsessted:
Barnas hus Gol - Nursery with activity centre and respite care part - new building - turnkey contract
Tildelende organ:
Gol kommune
Tildelingsnummer:
Gol-HRP 2025/015

1. Buyer

1.1 Buyer

Official name : Gol 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 : Barnas hus Gol - Nursery with activity centre and respite care part - new building - turnkey contract
Description : Gol municipality invites tenderers to a competition for the construction of Barnas Hus Gol. This will be a nursery with an activity centre and a respite care part in Gol municipality. The work shall be carried out as a turnkey contract, in accordance with NS 8407.Se the tender documentation for a further account of the competition and requirements for the work to be carried out.
Procedure identifier : 9edcb34f-a246-44f3-b93e-c9fac37dc9de
Internal identifier : Gol-HRP 2025/015
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 last amended (FOR-2020-02-13-159) parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. The Public Procurement Regulations § 23-6 (3) cannot be negotiated. Tenders cannot, therefore, be changed after the tender deadline has expired. Tenderers must therefore submit their best tender by the tender deadline expiry. Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with PPR § 24-8 (1) letter b. The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties etc., which must not be considered insignificant, cf. § 24-8 (2) letter a.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45214100 Construction work for kindergarten buildings
Additional classification ( cpv ): 45112700 Landscaping work
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71320000 Engineering design services

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be implemented after an open tender contest.

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Barnas hus Gol - Nursery with activity centre and respite care part - new building - turnkey contract
Description : Gol municipality invites tenderers to a competition for the construction of Barnas Hus Gol. This will be a nursery with an activity centre and a respite care part in Gol municipality. The work shall be carried out as a turnkey contract, in accordance with NS 8407.Se the tender documentation for a further account of the competition and requirements for the work to be carried out.
Internal identifier : Gol-HRP 2025/015

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45214100 Construction work for kindergarten buildings
Additional classification ( cpv ): 45112700 Landscaping work
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71320000 Engineering design services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
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) : no

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.
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 Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: • Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual financial statements including notes, the board's annual reports and auditor's reports. If a tenderer is credit worthy, the requirement will be seen as fulfilled. Creditworthiness means: Score of satisfactory or better on at least two of the criteria solidity, liquidity and profitability. The requirement can also be deemed to be fulfilled based on alternative documentation, cf. the documentation requirements below. A judgemental total assessment will then be made of the tenderer ́s economic and financial position, based on the procurement ́s value and size. The central part of the assessment will be whether sufficiently good and stable finances have been highlighted to give the contracting authority security, to the degree possible, that any loss on this and other contracts in the contract period would not affect the tenderer's ability to carry out the contract.
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 Description of up to 3 of the tenderer's most relevant contracts in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description.
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 A description of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of valid certificate ISO 9001 or equivalent quality assurance certifications, cf. the Public Procurement Regulations § 16-7.
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 A description of the tenderer's environmental management system or environmental management standards. If a tenderer has a certificate issued by independent bodies, f.eks. ISO 14001 or EMAS, it is sufficient to enclose a copy of a valid certificate/certificate, cf. the Public Procurement Regulations § 16-7.

5.1.11 Procurement documents

Deadline for requesting additional information : 26/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256408463.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 tenders : 09/06/2025 08:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 09/06/2025 08:00 +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 : 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

Mediation organisation : Buskerud tingrett -
Review organisation : Buskerud tingrett -
Information about review deadlines : Deadlines for appeals are in accordance with the procurement regulations.
Organisation providing more information on the review procedures : HRP AS -

8. Organisations

8.1 ORG-0001

Official name : HRP AS
Registration number : 988889245
Postal address : Dronning Eufemias Gate 16
Town : OSLO
Postcode : 0190
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Charlotte Stubberud
Telephone : +47 98 83 87 74
Fax : +47 98 83 87 74
Internet address : https://www.hrpas.no
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Gol kommune
Registration number : 964952612
Town : Gol
Postcode : 3550
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Telephone : 32 02 90 00
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Buskerud tingrett
Registration number : 826 726 342
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation
Notice information
Notice identifier/version : 6a20b41e-99ab-4cb0-950a-e2ec8eb58f05 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/05/2025 20:48 +00:00
Notice dispatch date (eSender) : 07/05/2025 20:48 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00299363-2025
OJ S issue number : 90/2025
Publication date : 12/05/2025