Renovation of Asker Town Hall - collaboration contract

Asker Town Hall needs renovation of facades and technical installations. Asker municipality would like a collaboration contractor with a consultant group for the development and execution of the work. The building was completed in 1964, it was erected in concrete, with distinctive facades, where all visible concrete is dotted and …

CPV: 45210000 Talonrakentaminen, 45212300 Taide- ja kulttuurirakennusten rakennustyöt, 45212350 Historiallisesti tai arkkitehtonisesti arvokkaat rakennukset
Teloituspaikka:
Renovation of Asker Town Hall - collaboration contract
Myöntävä elin:
Asker kommune
Myöntämisnumero:
25/41

1. Buyer

1.1 Buyer

Official name : Asker kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Renovation of Asker Town Hall - collaboration contract
Description : Asker Town Hall needs renovation of facades and technical installations. Asker municipality would like a collaboration contractor with a consultant group for the development and execution of the work. The building was completed in 1964, it was erected in concrete, with distinctive facades, where all visible concrete is dotted and with the use of black concrete. The Town Hall is a signal building in Asker, designed by the architects Lund and Slaatto.
Procedure identifier : 7affb307-0991-4fd3-a407-735ef12ad141
Internal identifier : 25/41
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
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 ): 45210000 Building construction work
Additional classification ( cpv ): 45212300 Construction work for art and cultural buildings
Additional classification ( cpv ): 45212350 Buildings of particular historical or architectural interest

2.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : See the national law, the relevant notice or procurement documents. 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 in such a situation is obligatory in accordance with the current national law without the possibility of 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 in such a situation is obligatory in accordance with the current national law without the possibility of exceptions.
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.
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 in such a situation is obligatory in accordance with the current national law without the possibility of exceptions.
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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
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?
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.
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).
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 the Protection of the European Communities Financial Interests (EFT C 316 of 27.11.1995, p. 48).
Child labour and 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).
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 in such a situation is obligatory in accordance with the current national law without the possibility of exceptions.
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.
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 in such a situation is obligatory in accordance with the current national law without the possibility of exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Is the tenderer aware of a conflict of interest as stated in national law, the relevant notice or procurement documents, as a result of his participation in the competition?
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?
Guilty of 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.
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 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.
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?
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 in such a situation is obligatory in accordance with the current national law without the possibility of exceptions.
Payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
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 of 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Renovation of Asker Town Hall - collaboration contract
Description : Asker Town Hall needs renovation of facades and technical installations. Asker municipality would like a collaboration contractor with a consultant group for the development and execution of the work. The building was completed in 1964, it was erected in concrete, with distinctive facades, where all visible concrete is dotted and with the use of black concrete. The Town Hall is a signal building in Asker, designed by the architects Lund and Slaatto.
Internal identifier : 25/41

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45212300 Construction work for art and cultural buildings
Additional classification ( cpv ): 45212350 Buildings of particular historical or architectural interest

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/08/2025
Duration end date : 02/04/2029

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) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Sufficient economic and financial capacity is required.
Description : Requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers are required to have good credit worthiness, AA, in accordance with Bisnode AS with the service CreditPro. The economic and financial position will be assessed based on, among other things, the turnover, profit margin, solidity, liquidity and payment history. Documentation requirement: The contracting authority will carry out an assessment of the tenderer's finances through the company and accounting information system Bisnode AS with the service CreditPro. The contracting authority will not accept credit ratings from other company and accounting information systems than Bisnode AS with the service CreditPro due to equal treatment of the tenderers. Tenderers can enclose other necessary information in the tender if they believe that Bisnode/CreditPro does not provide a correct picture of the financial situation. Newly established companies: Newly established companies that have not built up a basis for credit rating must enclose a declaration from a bank or similar financing institution regarding the company's financial and economic position. This also applies to foreign tenderers.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Turnover requirements
Description : Requirement: Tenderers shall have an annual turnover from each of the last two financial years of minimum NOK 150 million. Documentation requirement: None. The tenderer ́s annual turnover from the last two financial years is in the above mentioned credit rating and it is considered as sufficient documentation. The requirement can also be documented by a parent company's or another company's approved annual accounts, provided that the (parent) company has a guarantee, commitment statement etc.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Liability insurance.
Description : Requirement: Tenderers shall have valid, relevant and suitable liability insurance. Documentation requirement: A copy of a valid insurance certificate for liability insurance.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration
Description : Requirement: Tenderers shall document that the company is legally established and registered in a company or commerce register in the country where the tenderer is established. Documentation requirement: Tenderers shall document this by presenting documentation that shows that the tenderer is registered in a trade register, trade register or other company register as prescribed by the law of the country where the contractor is established, for example the Brønnøysund Register Centre.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The certificate must not be more than 6 months old.
Description : Requirement: Tenderers must have their tax, payroll tax and VAT payments in order. Documentation requirement: For Norwegian tenderers: The chosen tenderer shall present a tax and VAT certificate upon request (tax certificate). This only applies if the chosen tenderer is Norwegian. The tax certificate must not be more than six months from the deadline for receipt of tenders. Foreign tenderers: Tenderers who are not established in Norway shall submit equivalent documentation issued by the authorities in the country where the tenderer is established. The certificate shall preferably be translated into Norwegian, but Swedish, Danish and English are also accepted.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Capacity and implementation ability
Description : Requirement: The tenderer shall have the necessary competence in the disciplines required by the assignment. Documentation requirement: Overview of the tenderer ́s total manpower as well as sub-suppliers that will be used for the assignment. Organisation plan for the assignment, showing the offered personnel in the different key positions.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Requirement: Tenderers shall have a well-functioning quality system Documentation requirement: Certificate for the tenderer's quality system/management system issued by independent bodies that confirms that the tenderer fulfils certain quality assurance standards, for example ISO 9001. The contracting authority will also accept other documentation that shows that the tenderer has a well functioning quality assurance system. As a minimum a general description of the system ́s content, including an overview of inspection plans and check-lists that are relevant for this contract, must be given.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management system
Description : Requirement: Tenderers shall have a well-functioning environmental management system that fulfils the requirements in ISO 14001, Miljøfyrtårn or EMAS in accordance with relevant trade requirements, or fulfil equivalent requirements Documentation requirements: Valid ISO14001, Miljøfyrtårn- or EMAS-certificate. The contracting authority will also accept other documentation that shows that the tenderer has a well-functioning environmental management system. As a minimum, a general description must be given of the system ́s content, including a description of the environment policy, environmental goals and annual environmental action plan/environmental improvement programme. Documentation shall also be enclosed that shows consistency between the tenderer's environmental management system and the requirements in ISO 1400, Miljøfyrtårn (Eco-Lighthouse) or EMAS.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience for TE
Description : Selection disciary: Experience for TE from assignments of equivalent type, size and complexity. Documentation requirement: Brief description of the companies ́ (TE) 3 most relevant deliveries in the last 5 years, including: 1. The assignment ́s nature 2nd contract value 3. Contract form 4. Area 5. Date of execution 6. Role in project 7. Reference persons (for contact if needed)
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience for ARK
Description : Selection disciary: Experience for ARK from assignments of equivalent type, size and complexity. Documentation requirement: Brief description of the companies ́ architect (ARK) 3 most relevant deliveries in the last 5 years, including: 1. The assignment ́s nature 2. the contract ́s value 3. Contract form 4. Area 5. Date of execution 6. Role in project 7. Reference persons (for contact if needed)
Use of this criterion : Used

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=54159

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of requests to participate : 13/05/2025 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 : 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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Ringerike, Asker og Bærum tingrett

8. Organisations

8.1 ORG-0001

Official name : Asker kommune
Registration number : 920125298
Department : PRU - Oppdragsgivere
Postal address : Postboks 353
Town : Asker
Postcode : 1372
Country : Norway
Contact point : Mette Kringen
Telephone : 66 90 90 00
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Ringerike, Asker og Bærum tingrett
Registration number : 926 725 963
Postal address : Postboks 578
Town : Sandvika
Postcode : 1302
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 67 57 65 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 76edfe13-adc5-48ad-b915-a16d58eac5a5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/04/2025 12:15 +00:00
Notice dispatch date (eSender) : 08/04/2025 12:15 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00229441-2025
OJ S issue number : 70/2025
Publication date : 09/04/2025