Architect services for a new, centrist health centre in Nordkapp municipality.

This procurement is for the contracting of two architect resources for participation in the preparation of the draft project, which shall form the basis for further development of the project. The architect will work closely with the builder and the builder ́s project manager at WSP Norway etc., and contribute …

CPV: 71200000 Arhitektuuri- ja sellega seotud teenused, 71210000 Arhitektuurialased nõuandeteenused, 71220000 Arhitektuurialased projekteerimisteenused, 71240000 Arhitektuuri-, insener-tehnilise projekteerimise ja planeerimisteenused
Täitmise koht:
Architect services for a new, centrist health centre in Nordkapp municipality.
Auhindade andmise asutus:
WSP NORGE AS (Oppdragsgiver)
Auhinna number:
46587

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 : Nordkapp Kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Architect services for a new, centrist health centre in Nordkapp municipality.
Description : This procurement is for the contracting of two architect resources for participation in the preparation of the draft project, which shall form the basis for further development of the project. The architect will work closely with the builder and the builder ́s project manager at WSP Norway etc., and contribute to the development of the final room and function programme as well as the technical programme. The draft project shall be approved by the municipal council and it will be governing for the subsequent procurement of a turnkey contractor.
Procedure identifier : aedc4e7f-0093-4a88-b7d9-de73d165caf9
Internal identifier : 46587
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : The project aims at ensuring future orientated and sustainable health services for the municipality's inhabitants, with a focus on effective use of resources, good architecture and the best possible plan solution, which gives the building great flexibility in regard to re-use, further development and varying needs up until 2040. Until 2040. SSB sets the wave top for the 80-89-year-olds to 2050, and a flattening with a subsequent decline is also expected. There will be a risk that the municipality will have an under cover of places compared to 2050 - 2060 when one expects to get a "peak" of the number of elderly 80+. At the same time there is great uncertainty regarding prognoses and the development of needs so far in the future. In order to safeguard the municipality ́s potential need for places for 24 hour care after 2040, it would be appropriate for Nordkapp municipality to plan for flexibility in the use of the places in the new health building, as well as an option for a later construction stage 2 in connection with construction stage 1.The architect ́s role is central in the early phase of the project, as it shall be developed through the sketch project, systems that take care of the municipality ́s need for efficient operation. good patient logistics and appropriate use of areas and personnel resources. The process will put a lot of emphasis on user participation, functionality and operational finances. See the attached tender documentation part I and part II and annexes for further details on the procurement.

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Restricted tender contest in accordance with parts I and III of the Public Procurement Regulations.

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 services for a new, centrist health centre in Nordkapp municipality.
Description : This procurement is for the contracting of two architect resources for participation in the preparation of the draft project, which shall form the basis for further development of the project. The architect will work closely with the builder and the builder ́s project manager at WSP Norway etc., and contribute to the development of the final room and function programme as well as the technical programme. The draft project shall be approved by the municipal council and it will be governing for the subsequent procurement of a turnkey contractor.
Internal identifier : 46587

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

5.1.3 Estimated duration

Start date : 30/11/2025
Duration end date : 31/12/2029

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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified deliveries
Description : The tenderer shall during the the last ten years have had experience from comparable deliveries (in all project phases) in construction projects regarding relevant purpose-built buildings with a contract cost that exceeding NOK 150 million Excluding VAT. Relevant purpose-built buildings are in this context defined as schools, nurseries, culture, health, and welfare buildings. The contracting authority will accept references be executed, provided that the tenderer's deliveries in the the project in question is mainly completed. The main emphasis is that architect's hours must, for any case be produced in the projects within the 10-year deadline.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or a trade register in the state of the tenderer is established. • Norwegian companies: Company Registration Certificate. • Foreign companies: Proof that the company is registered in a company register, professional register or a trade register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Tenderers shall have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for security will be sufficient to meet the requirement. • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company that have licence to operate such a business. • If the tenderer has a justifiable reason for not presenting the documentation that the contracting authority has required, he can document their economic and financial capacity by presenting any other document that the Contracting Authority deems suitable.
Criterion : Other economic or financial requirements
Description : Tenderers shall have their conditions in relation to the payment of taxes, employer contributions and value added tax. Tax certificate, not older than six months.
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
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Idea Concept
Description : Idea concept The tenderer's ability to. get into the procurement ́s need, highlighting possibilities and challenges, as well as refer to how the tenderer will contribute to dialogue with users and other interested parties in the project.
Criterion :
Type : Quality
Name : The offered resources ́ personal suitability and professional competence.
Description : The offered resources personal suitability and professional competence, as well as experience with Comparable projects.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 29/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/264941432.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 16/10/2025
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 requests to participate : 09/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : 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 : Vestre Finnmark tingrett
Information about review deadlines : The waiting period expired 15.12.2025
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
Group leader
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Nordkapp Kommune
Registration number : 938469415
Town : Honningsvåg
Postcode : 9751
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Telephone : 78476500
Roles of this organisation :
Buyer

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

Notice information

Notice identifier/version : ac024e64-1819-4da9-97ad-f555b88c75fd - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/09/2025 07:43 +00:00
Notice dispatch date (eSender) : 08/09/2025 07:52 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00586388-2025
OJ S issue number : 172/2025
Publication date : 09/09/2025