Turnkey contract Rønnotunet construction stage I, with an option for construction stage II, Beiarn municipality.

Beiarn municipality plans to establish a new local area, Rønnotunet, which includes 24 hour care homes, a day centre, age-friendly residences and nursery schools. The aim is to meet the needs of the future old wave and contribute to increased social sustainability in Beiarn municipality. The project is divided into …

CPV: 45000000 Construction work, 45113000 Siteworks, 45200000 Works for complete or part construction and civil engineering work, 45215200 Construction work for social services buildings, 45215210 Construction work for subsidised residential accommodation, 45215221 Daycare centre construction work
Deadline:
Sept. 1, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Turnkey contract Rønnotunet construction stage I, with an option for construction stage II, Beiarn municipality.
Awarding body:
COWI AS
Award number:
A275608

1. Buyer

1.1 Buyer

Official name : COWI AS
Legal type of the buyer : Organisation awarding a contract subsidised by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Beiarn 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 : Turnkey contract Rønnotunet construction stage I, with an option for construction stage II, Beiarn municipality.
Description : Beiarn municipality plans to establish a new local area, Rønnotunet, which includes 24 hour care homes, a day centre, age-friendly residences and nursery schools. The aim is to meet the needs of the future old wave and contribute to increased social sustainability in Beiarn municipality. The project is divided into two construction stages. Construction stage 1 consists of 24 hour care homes (HDO), which includes 8 24 hour care homes in one department, with communal areas such as i.a. the living room, kitchen and winter garden, in addition to a sensory garden that is connected to the sheltered accommodation flats and the accompanying outdoor areas in general. The contracting authority intends to enter into a contract with a turnkey contractor for the engineering design services for and the construction of Rønnotunet construction stage 1. Option: Construction stage 2 includes engineering design services for and the construction of the day centre. As not all of the financing for the day centre is yet in place, the pricing of everything that has to do with the day centre will be included in the offer as an option. The contract will be based on NS 8407 with the municipality ́s adaptations.
Procedure identifier : 7a1d9dc6-c687-401a-b36f-a91ed85bdc2c
Internal identifier : A275608
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45215210 Construction work for subsidised residential accommodation
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45113000 Siteworks
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45215200 Construction work for social services buildings
Additional classification ( cpv ): 45215221 Daycare centre construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 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 : Turnkey contract Rønnotunet construction stage I, with an option for construction stage II, Beiarn municipality.
Description : Beiarn municipality plans to establish a new local area, Rønnotunet, which includes 24 hour care homes, a day centre, age-friendly residences and nursery schools. The aim is to meet the needs of the future old wave and contribute to increased social sustainability in Beiarn municipality. The project is divided into two construction stages. Construction stage 1 consists of 24 hour care homes (HDO), which includes 8 24 hour care homes in one department, with communal areas such as i.a. the living room, kitchen and winter garden, in addition to a sensory garden that is connected to the sheltered accommodation flats and the accompanying outdoor areas in general. The contracting authority intends to enter into a contract with a turnkey contractor for the engineering design services for and the construction of Rønnotunet construction stage 1. Option: Construction stage 2 includes engineering design services for and the construction of the day centre. As not all of the financing for the day centre is yet in place, the pricing of everything that has to do with the day centre will be included in the offer as an option. The contract will be based on NS 8407 with the municipality ́s adaptations.
Internal identifier : A275608

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45215210 Construction work for subsidised residential accommodation
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45113000 Siteworks
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45215200 Construction work for social services buildings
Additional classification ( cpv ): 45215221 Daycare centre construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

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 : The tenderer shall be a legally established company.
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient financial capacity to fulfil the contract. An overall assessment will be made of the tenderer's economic and financial capacity, including development over time with a focus on key figures such as liquidity, equity, debt ratio etc.
Criterion : Environmental management measures
Description : Tenderers shall have and practice a well-functioning system for environmental management.
Criterion : Measures for ensuring quality
Description : Tenderers shall have and practice a well-functioning quality management system.
Criterion : References on specified works
Description : Tenderers must have sufficient competence and experience as a turnkey contractor for projects of relevant scope and complexity.
Criterion : Relevant educational and professional qualifications
Description : Tenderers must have key personnel with sufficient competence and experience to execute the project.
Criterion : Tools, plant, or technical equipment
Description : Tenderers must have sufficient capacity and the necessary equipment/personnel to carry out the contractual works.

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 01/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 120 Day
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

Review organisation : Klagenemda for offentlige anskaffelser -
Information about review deadlines : The waiting period is ten days.
Organisation providing additional information about the procurement procedure : COWI AS -

8. Organisations

8.1 ORG-0001

Official name : COWI AS
Registration number : 979364857
Postal address : 6412 Etterstad
Town : Oslo
Postcode : 0605
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Silje Hårberg Rabben
Telephone : +47 91729274
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Beiarn kommune
Registration number : 961 147 867
Town : Moldjord
Postcode : 8110
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 75569000
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0003

Official name : COWI AS
Registration number : 979364857
Town : Oslo
Postcode : 0605
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Organisation providing additional information about the procurement procedure

8.1 ORG-0004

Official name : Klagenemda for offentlige anskaffelser
Registration number : 918195548
Town : Bergen
Postcode : 5805
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55193000
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 814ba3c5-df97-477c-90f9-01d0475ab7b5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/06/2025 18:20 +00:00
Notice dispatch date (eSender) : 23/06/2025 18:31 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00410452-2025
OJ S issue number : 119/2025
Publication date : 25/06/2025