Competition - Establishment of module containers, Region North, Rusta camp - 2025032210

The Norwegian Defence Estates Agency hereby invites interested tenderers to submit tenders for a 5 foot 20 foot container system for use as offices and workplaces. The procurement includes purchase and installation. The Norwegian Defence Estates Agency hereby invites interested tenderers to submit tenders for a 5 foot 20 foot …

CPV: 34220000 Trailers, semi-trailers and mobile containers, 34221000 Special-purpose mobile containers, 44211000 Prefabricated buildings, 45223800 Assembly and erection of prefabricated structures
Deadline:
Aug. 29, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Competition - Establishment of module containers, Region North, Rusta camp - 2025032210
Awarding body:
Forsvarsbygg
Award number:
2025/3872

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Competition - Establishment of module containers, Region North, Rusta camp - 2025032210
Description : The Norwegian Defence Estates Agency hereby invites interested tenderers to submit tenders for a 5 foot 20 foot container system for use as offices and workplaces. The procurement includes purchase and installation.
Procedure identifier : 57c4a98a-a1b6-46ce-bf38-da4dc029a65a
Internal identifier : 2025/3872
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The Norwegian Armed Forces shall procure a 5 20 foot container system for use as an office/workplace, kitchen, living room and toilet. The procurement includes purchase and installation.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34221000 Special-purpose mobile containers
Additional classification ( cpv ): 34220000 Trailers, semi-trailers and mobile containers
Additional classification ( cpv ): 44211000 Prefabricated buildings
Additional classification ( cpv ): 45223800 Assembly and erection of prefabricated structures

2.1.2 Place of performance

Town : Bardufoss
Postcode : 9325
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement follows the Public Procurements Act with regulations.

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 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 : Competition - Establishment of module containers, Region North, Rusta camp - 2025032210
Description : The Norwegian Defence Estates Agency hereby invites interested tenderers to submit tenders for a 5 foot 20 foot container system for use as offices and workplaces. The procurement includes purchase and installation.
Internal identifier : 2025/3872

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34221000 Special-purpose mobile containers
Additional classification ( cpv ): 34220000 Trailers, semi-trailers and mobile containers
Additional classification ( cpv ): 44211000 Prefabricated buildings
Additional classification ( cpv ): 45223800 Assembly and erection of prefabricated structures

5.1.2 Place of performance

Town : Bardufoss
Postcode : 9325
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 1 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : The tenderer shall be a legally registered company. Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below.
Criterion : References on specified works
Description : Tenderers (as a company) shall have good experience and competence with the execution of work of an equivalent size and complexity. A list of relevant reference projects from the last five years, with a short description of the projects and their sizes. If necessary, the tenderer can present documentation from sub-contractors so that they jointly fulfil the requirement.
Criterion : Financial ratio
Description : Tenderers must have the financial capacity to carry out the contract. A presentation of the accounting figures from the last available annual accounts showing the tenderer's turnover. (Not required if the accounts key figures are in the credit rating).
Criterion : Other economic or financial requirements
Description : Tenderers shall be credit worthy. Credit assessment of the tenderer, not older than 6 months calculated from the deadline for receipt of tenders. The credit rating shall include an assessment of the tenderer's payment history/reliability. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted for that company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract.
Criterion : Other economic or financial requirements
Description : The tenderer shall have the tax and duty payments in order. Certificate for tax and VAT' (RF-1316). The certificate can be ordered via www.altinn.no . The certificate shall not be older than 6 months from the tender deadline. (only for Norwegian tenderers)
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : When the contract is signed, the tenderer shall have adopted an environmental management system that fulfils the requirements in the current NS-ISO 14001, EMAS (Eco-Management and Audit Scheme), Eco-Lighthouse scheme for the relevant industry or equivalent. The environmental management system shall be documented and open for access from the Norwegian Defence Estates Agency. The tenderer's environmental management system is documented by a certificate issued by an independent body that shows that the tenderer fulfils the current ISO 14001, EMAS or Miljøfyrtårn for the relevant industry, or equivalent. The independent body must be accredited by Norwegian accreditation or equivalent bodies. If a tenderer does not have the possibility of obtaining such certificates by the time the contract is signed, and this is not due to the tenderer itself, other documentation of environmental management measures can be approved, cf. the Public Procurement Regulations §16-7 (3). Tenderers must document that these measures are equivalent to the above mentioned environmental management standards. This can, for example, be documented by confirming that certification is in progress, or another certificate from an independent body.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Fixed price excluding VAT must be stated in the tender letter. The price shall include everything in the tender documentation part III.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Solution Description
Description : Tenderers shall submit a solution description of max. 3 A4 pages (exclusive drawings/illustration) of how the tenderer intends to solve the assignment. The following shall be in the solution description: • General description of the system. Enclose a drawing/illustration. • Constructional execution: measurements, how the containers are assembled, external and internal choice of materials, internal surfaces (floors, walls, roof) • Climate and environment: Insulation, heating system (which heat pumps and panel ovens shall be included), U-value for construction and glass • Technical infrastructure: Electrical installation, lighting system, connection to external networks (electricity, water, sewage, tele/data). • Transport and assembly: how the containers are transported to location, assembly (time spent etc.) and delivery time.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 15/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258608610.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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 29/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 1 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Tenderers do not need to document the qualification requirements when submitting the tender. The Norwegian Defence Estates Agency draws attention to the fact that at any point in the competition we can ask tenderers to submit documentation that the qualification requirements are fulfilled, cf. the public procurement regulations § 17-1 (3).
Information about public opening :
Opening date : 29/08/2025 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 : 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

Review organisation : Oslo Tingrett
Information about review deadlines : The contract will not be signed until the waiting period (10 days) has expired, cf. the Public Procurement Regulations § 25-2. We request that any appeals are registered before the waiting period expires.
Organisation providing additional information about the procurement procedure : Forsvarsbygg
Organisation providing offline access to the procurement documents : Forsvarsbygg
Organisation providing more information on the review procedures : Oslo Tingrett
Organisation receiving requests to participate : Forsvarsbygg
Organisation processing tenders : Forsvarsbygg

8. Organisations

8.1 ORG-0001

Official name : Forsvarsbygg
Registration number : 975950662
Postal address : Grev Wedels plass 5
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Guro Pedersen
Telephone : 45487265
Internet address : http://www.forsvarsbygg.no
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 : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : eb799a64-88fe-4a31-9498-d475fa7e0e6d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/06/2025 08:57 +00:00
Notice dispatch date (eSender) : 25/06/2025 09:17 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00411416-2025
OJ S issue number : 120/2025
Publication date : 26/06/2025