Architect to Sami nursery and sheltered accommodation flats in Kautokeino

Architect competence shall be procured in the form of three architect resources for the development of a sketch project. The draft project shall form the basis for further development of the project to the later phases. The assignment can also be continued on equivalent terms or conditions that the parties …

CPV: 71200000 Servicios de arquitectura y servicios conexos, 71210000 Servicios de asesoramiento en arquitectura, 71220000 Servicios de diseño arquitectónico, 71240000 Servicios de arquitectura, ingeniería y planificación
Plazo:
12 de septiembre de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Architect to Sami nursery and sheltered accommodation flats in Kautokeino
Organismo adjudicador:
WSP NORGE AS (Oppdragsgiver)
Número de premio:
20578

1. Buyer

1.1 Buyer

Official name : WSP NORGE AS (Oppdragsgiver)
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : GUOVDAGEAINNU SUOHKAN / KAUTOKEINO 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 : Architect to Sami nursery and sheltered accommodation flats in Kautokeino
Description : Architect competence shall be procured in the form of three architect resources for the development of a sketch project. The draft project shall form the basis for further development of the project to the later phases. The assignment can also be continued on equivalent terms or conditions that the parties agree on for a preliminary project and execution phase. Tenderers are asked to take into account the additional capacity of the offered resources for the coming phases after the draft project phase. A informative total area for nurseries and sheltered accommodation flats of approx. 1,500 m2 GFA has been programmed.
Procedure identifier : bebd8224-0224-4e91-a057-6064218b0fd6
Internal identifier : 20578
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Kautokeino municipality has decided to develop and construct a new Sami nursery school co-located with 10 sheltered accommodations at the Health Centre in Kautokeino. The municipality would also like to be able to expand the project with a further 10 sheltered accommodation flats at a later date. The Sámi extended family tradition is an important part of Sámi culture and history, where close cohesion, transfer of knowledge, and support between generations has been essential for maintaining the livelihoods and traditions. The Sami Parliament emphasises that Sami nurseries should have a Sami character that is visible, an outer marker. Especially important is the outside environment as Sámi nursery buildings look like most nurseries. However, many of the Sámi nursery schools lack clear markers in the local community and it will be especially important to highlight and highlight the Sámi nursery by using outer symbols. (The Sami Parliament Council ́s message about Sami nurseries 2005). The aim of the procurement is to get an innovative concept prepared with a combination of Sami nursery and sheltered accommodation that builds under Sami traditions. Architect competence shall be procured in the form of three architect resources for the development of a sketch project. Architect 1 (the main resource) Architect 2 The landscape architect Project shall form the basis for further development of the project to the later phases. The assignment can also be continued on equivalent terms or conditions that the parties agree on for a preliminary project and execution phase. Tenderers are asked to take into account the additional capacity of the offered resources for the coming phases after the draft project phase. A informative total area for nurseries and sheltered accommodation flats of approx. 1,500 m2 GFA has been programmed. See the attached tender documentation for a complete description.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The Public Procurement Act, public procurement regulations, parts I and III.

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Architect to Sami nursery and sheltered accommodation flats in Kautokeino
Description : Architect competence shall be procured in the form of three architect resources for the development of a sketch project. The draft project shall form the basis for further development of the project to the later phases. The assignment can also be continued on equivalent terms or conditions that the parties agree on for a preliminary project and execution phase. Tenderers are asked to take into account the additional capacity of the offered resources for the coming phases after the draft project phase. A informative total area for nurseries and sheltered accommodation flats of approx. 1,500 m2 GFA has been programmed.
Internal identifier : 20578

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 02/10/2025
Duration end date : 20/12/2025

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

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : 4.1 Tax certificate 4.1.1 Requirement Norwegian tenderers must have their tax, payroll tax and VAT payments in order. 4.1.2 Documentation Tax certificate, not older than 6 months.
Criterion : Enrolment in a trade register
Description : 4.2 The tenderer ́s registration, authorisations, etc. 4.2.1 Requirement Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. 4.2.2 Documentation Norwegian companies shall enclose a company registration certificate. Foreign companies shall submit documentation that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : 4.3 The tenderer ́s economic and financial capacity. 4.3.1 Requirement Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. 4.3.2 Documentation Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. If the tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, it can document its economic and financial capacity by presenting any other document that the Contracting Authority deems suitable.
Criterion : Certificates by quality control institutes
Description : 4.4 Quality System Requirements 4.4.1 Requirement Tenderers shall have a good and well functioning quality assurance system. 4.4.2 Documentation If a tenderer is certified in accordance with ISO 9001 or equivalent certification schemes, it will be sufficient to fulfil the requirement. If the tenderer is not ISO 9001 certified, the quality system can be documented by presenting an account of the tenderer ́s quality assurance system/quality management system, as well as a copy of the table of contents. The account shall be at maximum two A4 pages.
Criterion : Environmental management measures
Description : 4.5 Requirement of the tenderer's environmental competence, management systems and routines. 4.5.1 Requirement The tenderer is required to have environmental competence, management systems and procedures for quality assurance to ensure that the service is carried out in an environmentally correct manner and in accordance with environmentally relevant requirements in public provisions and contract. 4.5.2 Documentation If a tenderer is certified in accordance with ISO 14001, Miljøfyrtårnet or equivalent certification schemes, this will be sufficient to fulfil the requirement. If the tenderer is not ISO 14001 certified, environmental competence can be documented through a an account of the tenderer ́s environment policy and guidelines for following up the environment, as well as a copy of the table of contents. The account shall be on a maximum of two A4 pages.
Criterion : References on specified works
Description : 4.7 The tenderer ́s professional qualifications 4.7.1 Requirement Tenderers shall have experience from comparable completed and/or ongoing construction projects with a minimum of NOK 75 million excluding VAT in the contract cost. Tenderers shall be able to document that they have been responsible for all the engineering design phases in the projects. 4.7.2 Documentation Description of three reference projects carried out in the last five years, of which at least one of the projects is of direct relevance to one of the areas nursery or sheltered accommodations. It is a requirement for all reference projects that at least one of the offered resources architect 1 and architect 2 shall have had a central role in each of the three reference projects. The central role can, for example, be the main architect, architect project manager, engineering manager architect and equivalent. The description must include a statement of: • The project ́s name and nature •Principal • Name of reference at the contracting authority with a statement of their telephone number and email address. • The project ́s size, contract cost and period. • Description of the tenderer's role in the different engineering design phases. • Description of the central role for one or several of the offered resources in the project • Description of the project ́s relevance for this competition. •Other The contracting authority reserves the right to contact the references in order to verify these. The descriptions are to be added to an A4 template, see Annex 1.2. Reference projects that are not presented in the attached template will not be considered.
Criterion : Relevant educational and professional qualifications
Description : 4.8 The offered resources formal competence 4.8.1 Requirement Architect 1: More than 10 years relevant and substantiate experience from purpose-built building projects. Architect 2: More than 5 years relevant and substantiable experience from purpose-built construction projects. Landscape architect: more than 10 years relevant and substantiate experience from purpose-built construction projects. Purpose-built building projects are defined here as projects that are adapted to a specific purpose, such as schools, nurseries and different health buildings. 4.8.2 Documentation Offered resources CVs.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Idea Concept
Description : An idea concept is an understanding of how the tenderer intends to design the project in accordance with the contracting authority ́s starting point and need. The Sámi extended family tradition is an important part of Sámi culture and history, where close cohesion, transfer of knowledge, and support between generations has been essential for maintaining the livelihoods and traditions. The tenderer is expected to deliver an innovative concept and look at the possibilities for co-localisation of a Sami nursery school and a Sami sheltered accommodation offer. Material use is important in Sámi culture and tradition and it shall also be evaluated in the idea concept.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 1
Criterion :
Type : Quality
Name : Competence
Description : The Contracting Authority is committed to procuring a combined architect resource that can solve the task of high architect quality. The contracting authority will undertake a combined evaluation of the offered resources ́ architect competence.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Price
Name : Price
Description : The contracting authority will evaluate the tender based on hourly rates for each resource and the tenderer ́s estimate of the number of hours that are estimated to be used in the draft project. Then the assignment in accordance with the The contract will be paid in accordance with the given time, this is the tenderer ́s first estimate of the approximate extent of the assignment. The fee budget will be prepared in connection with. signing of the contract.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 05/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/262947958.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
Deadline for receipt of tenders : 12/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 126 Day
Information about public opening :
Opening date : 12/09/2025 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

Mediation organisation : Vestre Finnmark tingrett
Review organisation : Vestre Finnmark tingrett
Information about review deadlines : Any appeals must be submitted by the end of the stated waiting period.
Organisation providing more information on the review procedures : WSP NORGE AS (Oppdragsgiver)
Organisation receiving requests to participate : WSP NORGE AS (Oppdragsgiver)
Organisation processing tenders : WSP NORGE AS (Oppdragsgiver)

8. Organisations

8.1 ORG-0001

Official name : WSP NORGE AS (Oppdragsgiver)
Registration number : 881894742
Postal address : Fred. Olsens gate 1
Town : OSLO
Postcode : 0152
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Roar Øien
Telephone : 91154111
Internet address : http://www.wsp.com/nb-no
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : GUOVDAGEAINNU SUOHKAN / KAUTOKEINO KOMMUNE
Registration number : 945475056
Postal address : Bredbuktnesveien 6
Town : Kautokeino
Postcode : 9522
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Telephone : 78487100
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0003

Official name : Vestre Finnmark tingrett
Registration number : 926722956
Town : Alta
Postcode : 9504
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation

Notice information

Notice identifier/version : dbf97ca7-aeeb-41a1-9cf7-88deebd98e2a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/08/2025 09:42 +00:00
Notice dispatch date (eSender) : 12/08/2025 09:53 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00530938-2025
OJ S issue number : 154/2025
Publication date : 13/08/2025