223210 Prequalification plan - and design competition - Østre Toten secondary school.

Østre Toten kommune hereby invites tenderers to prequalification for a design competition for the project Østre Toten secondary school. Østre Toten kommune hereby invites tenderers to prequalification for a design competition for the project Østre Toten secondary school.

CPV: 45000000 Ehitustööd, 71221000 Ehitiste arhitektuuriteenused, 71230000 Arhitektuurialaste projektide võistluse organiseerimine
Tähtaeg:
juuni 30, 2025, 10 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
223210 Prequalification plan - and design competition - Østre Toten secondary school.
Auhindade andmise asutus:
Gjøvikregionen - Anskaffelser
Auhinna number:
2025/8122

1. Buyer

1.1 Buyer

Official name : Gjøvikregionen - Anskaffelser
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 : 223210 Prequalification plan - and design competition - Østre Toten secondary school.
Description : Østre Toten kommune hereby invites tenderers to prequalification for a design competition for the project Østre Toten secondary school.
Procedure identifier : 1139fedb-0fea-4d14-99e0-4a670cb8e221
Internal identifier : 2025/8122
Type of procedure : Open
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 71230000 Organisation of architectural design contests

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be made in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part V.

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 : 223210 Prequalification plan - and design competition - Østre Toten secondary school.
Description : Østre Toten kommune hereby invites tenderers to prequalification for a design competition for the project Østre Toten secondary school.
Internal identifier : 2025/8122

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 71230000 Organisation of architectural design contests

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.6 General information

Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Norwegian companies: Company Registration Certificate. Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Financial ratio
Description : A credit rating made by a credit rating company based on the most recent financial figures, showing rating requirements. The rating requirement is A or better in accordance with the Norwegian Public Procurement Regulations. Bisnode AAA rating system or equivalent rating from another rating company. The annual turnover requirement is minimum NOK 10 million. Norwegian companies: Tax and VAT certificate, both not older than 6 months from the deadline for submitting an application for prequalification. Foreign companies: Certificate issued by the relevant authority in the tenderer's home country.
Criterion : Average yearly manpower
Description : Description of the tenderer's average annual workforce within the relevant discipline and the number of employees in the management during the last three years. The description shall include information on education level. Documentation in a separate format (maximum one page).
Criterion : References on specified deliveries
Description : Description of the tenderer's three most relevant contracts in the course of the last five years. A minimum of one of the assignments shall be schools. Assignments that were completed more than five years ago will not be accepted. The documentation is to be completed in Annex 2 Response Form. The description shall include development class for engineering design architecture.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Account for the tenderer's environmental management measures (maximum one page) in a separate format. If a tenderer has certification iht. ISO 14001, EMAS or Miljøfyrtårn, or other certified environmental management standards based on relevant European or international standards, these can be presented as documentation.
Criterion : Measures for ensuring quality
Description : An account of the tenderer ́s quality assurance/management system (maximum one page) in a separate format. If a tenderer is certified in accordance with verified standards such as ISO 9001 or an equivalent certified system, it is sufficient to enclose a valid certificate.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Offered personnel
Description : CVs for offered personnel (2 architects) in the tenderer ́s own format. (maximum 3 pages). Education level and description of two relevant reference projects. the last five years for both offered architects, completed in Annex 2. Response form. Projects that were completed more than five years ago will not be evaluated. The stated contact persons can be contacted.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : The company ́s reference projects in the last five years.
Description : Documented by documentation requirements stated for ID 5.3A. In addition enclose a project presentation with pictures for the relevant the projects in a separate annex. Assignments that were completed for more than five years ago will not be considered. The stated contact persons can be Contacted.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Motivation, suitability and experience with climate solutions.
Description : Reason why applicants would like to participate in the competition an account of the applicant's experience with these types of processes, and description of the applicant's experience with engineering design of low-profile buildings. climate footprint over lifetime. Maximum two A4 pages with 10 points. font size in a separate format.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
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 : 23/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259166305.aspx

5.1.12 Terms of procurement

Terms of the design contest regime :
The decision of the jury is binding on the buyer : yes
Any service contract following the contest will be awarded to one of the winners of the contest
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00

5.1.16 Further information, mediation and review

Review organisation : Vestre Innlandet tingrett -

8. Organisations

8.1 ORG-0001

Official name : Gjøvikregionen - Anskaffelser
Registration number : 940155223
Postal address : Kauffelds plass 1
Town : GJØVIK
Postcode : 2815
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Kenneth Hvalby
Telephone : +47 61189500
Fax : +47 61176333
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Vestre Innlandet tingrett
Registration number : 974726017
Department : Gjøvik
Postal address : Strandgata 26
Town : GJØVIK
Postcode : 2821
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 5736e304-9b1d-49ec-86b5-357b4ec7ccd3 - 01
Form type : Competition
Notice type : Design contest notice
Notice dispatch date : 11/06/2025 12:13 +00:00
Notice dispatch date (eSender) : 11/06/2025 12:40 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00378200-2025
OJ S issue number : 111/2025
Publication date : 12/06/2025