Reconstruction of Diakonhjemmet Bygg C for Helse Sør-Øst RHF

Diakonhjemmet Hospital shall, on behalf of Helse Sør-Øst RHF, increase the capacity at the adult psychiatric department at Vinderen. The changes trigger a need for alterations and renovations of two levels in building C. The building has a total of four levels, basements, levels U, 1 and 2, with each …

CPV: 45200000 Works for complete or part construction and civil engineering work, 45400000 Building completion work
Deadline:
Oct. 23, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Reconstruction of Diakonhjemmet Bygg C for Helse Sør-Øst RHF
Awarding body:
SYKEHUSINNKJØP HF
Award number:
2025/54308

1. Buyer

1.1 Buyer

Official name : SYKEHUSINNKJØP HF
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Reconstruction of Diakonhjemmet Bygg C for Helse Sør-Øst RHF
Description : Diakonhjemmet Hospital shall, on behalf of Helse Sør-Øst RHF, increase the capacity at the adult psychiatric department at Vinderen. The changes trigger a need for alterations and renovations of two levels in building C. The building has a total of four levels, basements, levels U, 1 and 2, with each plan having a gross area of approx. 650 m2. The building is from 2007, with a steel supporting construction with covers of prefabricated concrete elements.
Procedure identifier : 2cdea07c-fa19-4ed3-9874-a1b336155324
Internal identifier : 2025/54308
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : For a more detailed description refer to Part II of the Contract Documentation.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45400000 Building completion work

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 65 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be held as an open tender contest in accordance with the Act from 17 June 2016 no. 73 on public procurements and the regulations 12 August 2016 no. 974 on public procurements parts I and III.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Reconstruction of Diakonhjemmet Bygg C for Helse Sør-Øst RHF
Description : Diakonhjemmet Hospital shall, on behalf of Helse Sør-Øst RHF, increase the capacity at the adult psychiatric department at Vinderen. The changes trigger a need for alterations and renovations of two levels in building C. The building has a total of four levels, basements, levels U, 1 and 2, with each plan having a gross area of approx. 650 m2. The building is from 2007, with a steel supporting construction with covers of prefabricated concrete elements.
Internal identifier : 2025/54308

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45400000 Building completion work
Options :
Description of the options : Option - Alterations to parts of an extra floor in Building C. The contracting authority has the right, but not an obligation, to take up an option for alterations to parts of an extra floor in Building C (approx. 330 m² gross). Further details on the option are in the contract document point A.2. The final extent of the option will be clarified after the contract has been signed. The price for the option work shall be based on the contract ́s unit prices and otherwise on the contract price level. The other provisions of the contract also apply for the option work. The value of the option work shall not be seen as alteration works, and the value shall, therefore, not be included in the calculation of the limit for alteration works, cf. B1 point 22.1. The option will not be included in the evaluation of the tenders.

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 6 Month

5.1.5 Value

Estimated value excluding VAT : 65 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional 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 Tenderers or their helpers must be registered in the Norwegian Electrical Enterprise Register, where declarations of conformity are required for completed electrical work. https://elvirksomhetsregisteret.dsb.no/
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 : 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 Economic and financial capacity Tenderers must have sufficient economic and financial capacity to be able to fulfil the contractual obligations. The contracting authority will undertake an overall assessment of whether the qualification requirement is fulfilled. A credit rating based on the most recent available accounting figures. The credit rating must not be older than 3 months calculated from the deadline for submitting a request for participation in the competition. The rating shall be carried out by a credit rating company with licence to conduct this service. The tenderer shall submit annual accounts for the last 3 years. The contracting authority reserves the right to obtain a credit report in order to verify that the tenderer fulfils the requirement. If the tenderer has a justifiable reason for not submitting the documentation that the Builder has required, he can document his economic and financial capacity by presenting any other document that the Builder deems suitable.
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 Experience Tenderers shall have sufficient experience from renovation projects with comparative value. The assessment is based on an overall assessment of the requested qualities in the reference projects. 5 relevant reference projects in the last 8 years must be reported. In addition to identifying the project, the following account shall be included in the description of each reference project: • Project name and location • The contracting authority ́s name • Reference person in the project and contact information. • Duration of the contract: Start-up and completion year (if not completed; what phase is the project per dd.) • Type of building (business, culture, housing, teaching, health institutions, hospitals etc.) • The building ́s function and complexity • The size of the contract, measured in size, measured in NOK, excluding VAT. • The size of the rehabilitation project dimensions in m2 • Type of contract • (total, main, general, joint contract) • Were the project work going on for other buildings in operation? • An account of the degree and type(discipline) of alterations. • The tenderer ́s central work assignments in the contract. • Description of the transferable value to the project connected to this procurement. • A description of each reference project shall be enclosed in a separate form, annex no.:xx. The builder will undertake a combined assessment of the submitted reference project from the tenderer and from any sub-suppliers that the tenderer has relied on, cf. xx.
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 Quality Assurance System The tenderer shall have a suitable and implemented quality assurance system. A general account of the tenderer ́s quality system as well as a copy of the table of contents. The account shall be on approx. two sides. If a tenderer is certified in accordance with ISO 9001 or equivalent certification schemes, it will be sufficient to fulfil the requirement.
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 Environmental management system Tenderers shall have a suitable and implemented system for environmental management. A general account of the tenderer's system for ensuring that the service is carried out in accordance with environmentally relevant requirements in the contract, as well as a copy of the table of contents. The account shall be on approx. three sides. If a tenderer is certified in accordance with ISO 14001:2015, Miljøfyrtårnet [The Environmental Lighthouse] or equivalent certification schemes, this will be sufficient to fulfil the requirement.

5.1.10 Award criteria

Criterion :
Type : Price
Name : The evaluation sum
Description : The tender ́s evaluation sum based on F1 Price comparison with mark-up for F2 Bill Works F4 Options As well as any adjustments due to deviations and reservations that it is possible to price calculations.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : The key personnel ́s competence
Description : The evaluation of the award criteria is based on the key personnel and requested documentation stated in the right column. In the evaluation, project experience (reference projects) will be weighted higher than education. The 3 resources will be emphasised equally.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/265607012.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
Deadline for receipt of tenders : 23/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 23/10/2025 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 : 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

Review organisation : Indre og Østre Finnmark tingrett
Information about review deadlines : See the competition terms

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers

8.1 ORG-0002

Official name : Indre og Østre Finnmark tingrett
Registration number : 926 722 840
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 80cbe927-c97b-43b6-9f2c-8db1ab8ec1cf-01
Main reason for change : Publisher correction
Description : postponed tender deadline

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000

Notice information

Notice identifier/version : 07713617-1e82-4559-8a27-0bd3557b5616 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/09/2025 11:33 +00:00
Notice dispatch date (eSender) : 26/09/2025 11:46 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00635971-2025
OJ S issue number : 186/2025
Publication date : 29/09/2025