Qualification phase - Procurement of partnering contractor - Stranda nursing home

The aim of the procurement is to enter into an interaction contract with a contractor for project development, engineering design services for and the construction of an extension/addition at Stranda nursing home. The project shall be carried out as an interaction to a turnkey contract. The aim of the procurement …

CPV: 45210000 Building construction work, 45215100 Construction work for buildings relating to health, 45215213 Nursing home construction work, 71240000 Architectural, engineering and planning services, 71311000 Civil engineering consultancy services, 71320000 Engineering design services
Place of execution:
Qualification phase - Procurement of partnering contractor - Stranda nursing home
Awarding body:
Stranda kommune
Award number:
24/2102

1. Buyer

1.1 Buyer

Official name : Stranda 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 : Qualification phase - Procurement of partnering contractor - Stranda nursing home
Description : The aim of the procurement is to enter into an interaction contract with a contractor for project development, engineering design services for and the construction of an extension/addition at Stranda nursing home. The project shall be carried out as an interaction to a turnkey contract.
Procedure identifier : 39400419-38e9-475e-adbc-46cbc3871dc4
Internal identifier : 24/2102
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 : The aim of the procurement is to enter into an interaction contract with a contractor for project development, engineering design services for and the construction of an extension/addition at Stranda nursing home. The project also includes the design of outdoor areas, including parking. The turnkey contractor may be responsible for the zoning plan, with the accompanying follow-up to the planning and building authorities, cf. Annex 1 point 2.1.The contracting authority has a number of general needs and objectives for the new building. The building shall have room for 55 patient rooms and in addition it shall consist of different common areas. See Annex 1 Annex 1 Room and Function Programme for further information. The procurement includes the following: Draft project (Phase 1) Preliminary project (Phase 2) Detailed engineering design (Phases 2 and 3) Implementation/construction (Phase 3).

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45215100 Construction work for buildings relating to health
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45215213 Nursing home construction work
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71320000 Engineering design services

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 240 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement regulation part 3.

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 : Qualification phase - Procurement of partnering contractor - Stranda nursing home
Description : The aim of the procurement is to enter into an interaction contract with a contractor for project development, engineering design services for and the construction of an extension/addition at Stranda nursing home. The project shall be carried out as an interaction to a turnkey contract.
Internal identifier : 24/2102

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45215100 Construction work for buildings relating to health
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45215213 Nursing home construction work
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71320000 Engineering design services

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.5 Value

Estimated value excluding VAT : 240 000 000 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) : yes
Information about previous notices :
Identifier of the previous notice : 102472-2025

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Qualification requirement: Tenderers shall be a legally established company. Documentation requirement: Company Registration Certificate.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 0
Criterion : Enrolment in a relevant professional register
Description : Qualification requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax certificate not older than six months from the tender deadline.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 0
Criterion : Relevant educational and professional qualifications
Description : Qualification requirement: The tenderer/contractor company shall have sufficient experience from relevant deliveries. Documentation requirement: Completed Annex 3 - Template for reference descriptions.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 100
Criterion : Certificates by independent bodies about quality assurance standards
Description : Qualification requirement: Tenderers shall have a documented and implemented quality management system. Documentation requirement: A description of the tenderer's quality management system, which shows that the tenderer has implemented this.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 0
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Qualification requirement: Tenderers shall have a documented and implemented environmental management system. Documentation requirement: A description of the tenderer's environmental management system, which shows that the tenderer has implemented this.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 0
Criterion : Measures for ensuring quality
Description : Qualification requirement: Tenderers shall have a documented and implemented HSE system. Documentation requirement: Tenderers shall present a table of contents for their HSE system and a brief description of this.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 0
Criterion : Other economic or financial requirements
Description : Qualification requirement: The tenderer shall have the financial strength to be able to fulfil the contract. Documentation requirement: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from 2022, 2023 and 2024.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 0
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 10
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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : The offered key personnel ́ competence and team composition.
Description : The offered key personnel ́ competence and team composition.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Assignment comprehension
Description : Assignment comprehension.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Klima- og miljøhensyn - unntak
Description : Anskaffelsen omfattes av reglene i anskaffelsesforskriftens § 7-9. Oppdragsgiver vurderer at det for denne anskaffelsen vil oppnås en best klima- og miljøeffekt ved oppstilling av klima- og miljøkrav i kravspesifikasjonen, og har derfor besluttet å stille klima- og miljøkrav fremfor tildelingskriterier for å ivareta miljøhensyn. jf. anskaffelsesforskriften § 7-9 fjerde ledd. Bakgrunnen for denne vurderingen er at det i forbindelse med oppføring av nybygg særlig er produksjon og transport av materialer, energibruk i byggeprosessen, samt fremtidige utslipp fra ferdig bygg, som utgjør de største påvirkningene på klima og miljø. Ved å stille konkrete minstekrav knyttet til energi- og ressurseffektivitet, avfallshåndtering, utslippsreduksjon og livssykluskostnader, oppnås konkrete og målbare klima- og miljøeffekter. Følgende klima- og miljøkrav stilles i prosjektet: • Energiklasse grønn A • Sorteringsgrad på avfall: 85% • Fossilfri byggeplass For mer informasjon om de konkrete kravene, vises det til Bilag 1 Overordnet kravspesifikasjon. Kravene er fastsatt som høye minstekrav og er vurdert å sikre klima- og miljøgevinster. Det legger til rette for lavt energiforbruk i drift, høyt nivå av materialgjenvinning og reduserte utslipp i byggefasen. Oppdragsgiver anser det som «klart» at fastsettelse av slike minstekrav gir en bedre klima- og miljøeffekt enn bruk av tildelingskriterier. Et tildelingskriterium gir rom for at lav miljøprestasjon kan kompenseres av høy score på andre kriterier, noe som i praksis kan svekke den miljøeffekten oppdragsgiver ønsker å oppnå. Minstekrav sikrer derimot at alle tilbydere må oppfylle kravene som er stilt. Videre er det i dette tilfellet stor usikkerhet knyttet til hva leverandørene kan levere opp mot et eventuelt tildelingskriterie vedrørende klima- miljø, da formålet med en samspillsentreprise blant annet er at byggherre skal kunne påvirke og komme med innspill på leverandørens løsninger/prosjektering. Tverrfaglig samarbeid mellom rådgivere, arkitekt, utførende og byggherre i samhandlingsfasen, skal gi grunnlaget for optimale valg og løsninger. Prosjektet er derfor ikke modent nok til at oppdragsgiver kan kunngjøre anskaffelsen med klima- og miljøhensyn som tildelingskriterium. Markedet anses videre som modent og kapabelt til å oppfylle de kravene som stilles. Bruken av minstekrav fremfor tildelingskriterier fremstår derfor som det mest hensiktsmessige virkemiddelet for å sikre klima- og miljømål i denne anskaffelsen.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 06/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259478558.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 01/09/2025
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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 13/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
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 : Møre og Romsdal tingrett -
Information about review deadlines : In accordance with the Procurement Regulations.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Møre og Romsdal tingrett -
Organisation providing additional information about the procurement procedure : Inventura AS -
Organisation providing offline access to the procurement documents : Inventura AS -
Organisation receiving requests to participate : Inventura AS -
Organisation processing tenders : Inventura AS -

8. Organisations

8.1 ORG-0001

Official name : Inventura AS
Registration number : 983351417
Postal address : Solheimsgaten 15
Town : Bergen
Postcode : 5058
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Irmelin Hjørnevik
Telephone : +47 55134480
Internet address : https://www.inventura.no
Roles of this organisation :
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 : Stranda kommune
Registration number : 964980098
Postal address : Øyna 13
Town : Stranda
Postcode : 6200
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 94972866
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Møre og Romsdal tingrett
Registration number : 926723200
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : c1de1ea4-b599-4507-ad06-c88eb04d0e3f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/06/2025 12:13 +00:00
Notice dispatch date (eSender) : 16/06/2025 13:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00394356-2025
OJ S issue number : 115/2025
Publication date : 18/06/2025