UNIVERSAL DESIGN & ALTERATIONS TO HJARTDAL KOMMUNEHUS & HJARTDAL HELSEHUS

Project review – Hjartdal HelsehusThis project comprises alterations and adaptations of the former SkueE-Tribune building to a modern and functional health centre for Hjartdal municipality. The aim is to establish an included and future rights building that shall house important health services for inhabitants in the area. The building shall …

CPV: 45210000 Bauleistungen im Hochbau, 45000000 Bauarbeiten, 45213150 Bau von Bürogebäuden, 45214710 Bau von Eingangshallen, 45215100 Bauarbeiten für Gebäude im Gesundheitswesen, 45231113 Neuverlegung von Rohrleitungen, 45310000 Installation von elektrischen Leitungen, 45312000 Installation von Alarmanlagen und Antennen, 45313100 Installation von Aufzügen, 45331210 Installation von Lüftungsanlagen
Frist:
27. Oktober 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
UNIVERSAL DESIGN & ALTERATIONS TO HJARTDAL KOMMUNEHUS & HJARTDAL HELSEHUS
Vergabestelle:
Hjartdal Kommune
Vergabenummer:
Prosjekt nr. Kommunehus 313102 & Helsehus 324103

1. Buyer

1.1 Buyer

Official name : Hjartdal 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 : UNIVERSAL DESIGN & ALTERATIONS TO HJARTDAL KOMMUNEHUS & HJARTDAL HELSEHUS
Description : Project review – Hjartdal HelsehusThis project comprises alterations and adaptations of the former SkueE-Tribune building to a modern and functional health centre for Hjartdal municipality. The aim is to establish an included and future rights building that shall house important health services for inhabitants in the area. The building shall house: Doctor OfficePsychic healthcare Health StationFysiotherapytenesterAmbulanse reception To ensure good availability for all users, the building shall be designed in accordance with the principle of universal design, as far as it is practical mogleg. This means between the establishment of a new, universally downhill entrance and the installation of a lift from the basement to the 2nd floor. The entire building shall be adapted so that it is safe, available and functional for patients, additions and visitors , regardless of their functional ability. The project will be carried out with a high focus on safety lift, health and the working environment (SHA), and good interaction will be facilitated between all involved actors through the total construction process. Project review – Hjartdal kommunehus The project includes alterations and upgrading of Hjartdal kommunehus in order to ensure that the contract is available, functionality and safe for both the addition and the public. The work shall be carried out with a focus on universal design and modern systems for operation and safety lift. The measures in the project include: Establishment of a new, universally designed entrance area Assembly of lifts from the basement to the 2nd floor Reconstruction and adaptation of the service officeInstallation of automatic door openers on completed doors, The installation of a new lock system based on cards or the chip aim is to create a new municipal and user friend ́s house that meets the current requirements for public construction. Universal design shall form the basis for all permits, so that the building is available for everyone - regardless of their functional ability, as far as it is practical. The execution of the project shall be carried out with a high mark topic on safety, health and the working environment (SHA), and good planning and interaction between all actors will be facilitated in the construction process.
Procedure identifier : 7575cc7b-4963-44fa-aa6f-901d5525d16d
Internal identifier : Prosjekt nr. Kommunehus 313102 & Helsehus 324103
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : See the annex.

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 ): 45213150 Office block construction work
Additional classification ( cpv ): 45214710 Entrance hall construction work
Additional classification ( cpv ): 45215100 Construction work for buildings relating to health
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45312000 Alarm system and antenna installation work
Additional classification ( cpv ): 45313100 Lift installation work
Additional classification ( cpv ): 45331210 Ventilation installation work

2.1.2 Place of performance

Postal address : Saulandsvegen 414
Town : SAULAND
Postcode : 3692
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - See the tender documentation.

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 : UNIVERSAL DESIGN & ALTERATIONS TO HJARTDAL KOMMUNEHUS & HJARTDAL HELSEHUS
Description : Project review – Hjartdal HelsehusThis project comprises alterations and adaptations of the former SkueE-Tribune building to a modern and functional health centre for Hjartdal municipality. The aim is to establish an included and future rights building that shall house important health services for inhabitants in the area. The building shall house: Doctor OfficePsychic healthcare Health StationFysiotherapytenesterAmbulanse reception To ensure good availability for all users, the building shall be designed in accordance with the principle of universal design, as far as it is practical mogleg. This means between the establishment of a new, universally downhill entrance and the installation of a lift from the basement to the 2nd floor. The entire building shall be adapted so that it is safe, available and functional for patients, additions and visitors , regardless of their functional ability. The project will be carried out with a high focus on safety lift, health and the working environment (SHA), and good interaction will be facilitated between all involved actors through the total construction process. Project review – Hjartdal kommunehus The project includes alterations and upgrading of Hjartdal kommunehus in order to ensure that the contract is available, functionality and safe for both the addition and the public. The work shall be carried out with a focus on universal design and modern systems for operation and safety lift. The measures in the project include: Establishment of a new, universally designed entrance area Assembly of lifts from the basement to the 2nd floor Reconstruction and adaptation of the service officeInstallation of automatic door openers on completed doors, The installation of a new lock system based on cards or the chip aim is to create a new municipal and user friend ́s house that meets the current requirements for public construction. Universal design shall form the basis for all permits, so that the building is available for everyone - regardless of their functional ability, as far as it is practical. The execution of the project shall be carried out with a high mark topic on safety, health and the working environment (SHA), and good planning and interaction between all actors will be facilitated in the construction process.
Internal identifier : Prosjekt nr. Kommunehus 313102 & Helsehus 324103

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 ): 45213150 Office block construction work
Additional classification ( cpv ): 45214710 Entrance hall construction work
Additional classification ( cpv ): 45215100 Construction work for buildings relating to health
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45312000 Alarm system and antenna installation work
Additional classification ( cpv ): 45313100 Lift installation work
Additional classification ( cpv ): 45331210 Ventilation installation work
Options :
Description of the options : See the tender documentation

5.1.2 Place of performance

Postal address : Saulandsvegen 414
Town : SAULAND
Postcode : 3692
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 10 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 : 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 See the tender documentation that is attached.
Criterion : Financial ratio
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements See the tender documentation that is attached.
Criterion : Professional risk indemnity insurance
Description : The insured amount in the tenderer ́s liability insurance is the following: Minimum qualification requirements
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
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 See the tender documentation that is attached.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 17/10/2025 14:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266958305.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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : See the tender documentation
Deadline for receipt of tenders : 27/10/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 27/10/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
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 : Telemark Tingrett
Review organisation : HJARTDAL KOMMUNE SEKSJON FOR DRIFT OG UTBYGGING
Information about review deadlines : See the tender documentation.
Organisation providing additional information about the procurement procedure : Hjartdal Kommune
Organisation providing offline access to the procurement documents : Hjartdal Kommune
Organisation providing more information on the review procedures : Hjartdal Kommune

8. Organisations

8.1 ORG-0001

Official name : Hjartdal Kommune
Registration number : 964963649
Department : Drift OG Utbygging
Postal address : Sauland
Town : SAULAND
Postcode : 3692
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Contact point : Sondre Berget
Telephone : +47 35028000
Fax : +47 35028001
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : HJARTDAL KOMMUNE SEKSJON FOR DRIFT OG UTBYGGING
Registration number : HJARTDAL KOMMUNE SEKSJON FOR DRIFT OG UTBYGGING
Department : HJARTDAL KOMMUNE SEKSJON FOR DRIFT OG UTBYGGING
Postal address : Saulandsvegen 414
Town : SAULAND
Postcode : 3692
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Contact point : HJARTDAL KOMMUNE SEKSJON FOR DRIFT OG UTBYGGING
Telephone : 97053326
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Telemark Tingrett
Registration number : Telemark Tingrett
Department : Telemark Tingrett
Postal address : Heddalsvegen 28 C
Town : NOTODDEN
Postcode : 3674
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Contact point : Telemark Tingrett
Telephone : 35692000
Roles of this organisation :
Mediation organisation

Notice information

Notice identifier/version : 1878b4e5-2086-45f1-9073-20ee12b30d0b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/10/2025 12:20 +00:00
Notice dispatch date (eSender) : 03/10/2025 13:06 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00656578-2025
OJ S issue number : 192/2025
Publication date : 07/10/2025