Project 1304001 The Norwegian Parliament – a renovation extension for Akersgata Turnkey contract with interaction K201 - Qualification.

Statsbygg would like, in connection with project: no.: 1304001 name: The Storting - renovation of the extension to Akersgataå, implement a qualification of participants who may be interested in submitting a tender offer on a turnkey contract with collaborationStatsbygg, is assigned by the Norwegian Parliament to have the role of …

CPV: 45000000 Construction work
áit fhorghníomhaithe:
Project 1304001 The Norwegian Parliament – a renovation extension for Akersgata Turnkey contract with interaction K201 - Qualification.
clárlann:
STATSBYGG
uimhir dámhachtana:
819c7a31-32ea-4735-a4b1-d9423e2ddd6b

1. Buyer

1.1 Buyer

Official name : STATSBYGG

2. Procedure

2.1 Procedure

Title : Project 1304001 The Norwegian Parliament – a renovation extension for Akersgata Turnkey contract with interaction K201 - Qualification.
Description : Statsbygg would like, in connection with project: no.: 1304001 name: The Storting - renovation of the extension to Akersgataå, implement a qualification of participants who may be interested in submitting a tender offer on a turnkey contract with collaborationStatsbygg, is assigned by the Norwegian Parliament to have the role of builder for the renovation of the Storting ́s extension against Akersgata.  The Storting building was completed in 1866, while the extension came in 1956. Both are part of farm and use number 207/100. The extension to Akersgata is approx. 6,600 m2. The extension covers office functions and houses approx. 120 representatives, consultants and some administrative employees. The building also houses a committee room, the ministerial hall, the cinema hall and other special functions. The Storting building and the extension are included in a zoning plan that has provisions on preservation. The buildings will also be treated as listed and included in the Norwegian Parliament ́s own protection plan. Statsbygg submitted a start-up preliminary project report (OFP) for the extension in spring 2025 and received a letter of assignment for the preliminary project in summer 2025. The project shall deliver a technically upgraded, energy efficient, secure and universally designed building. The procurement is covered by the Regulations on Defence and Security Procurements (FOR-2013-10-04-1185) as the assignment will result in the tenderer ́s personnel having access to security worthy information, cf. the National Security Act ((LOV-2018-06-01-24) Security Act) § 9-1. The procurement will therefore fall under the definition 'security graded procurement', and the one that the Directorate of Public Construction and Property signs a contract with will be covered by the security law's provisions.   The project shall be carried out as a turnkey contract with interaction.
Procedure identifier : b9d974a1-802c-438e-b28d-114e5f56469b
Internal identifier : 819c7a31-32ea-4735-a4b1-d9423e2ddd6b
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : This procurement follows the procedure 'negotiated procedure'. The Directorate of Public Construction and Property reserves the right, however, not to carry out negotiations, and to negotiate in several phases so that the first reduction of the number of tenderers can occur prior to the negotiations.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.4 General information

Additional information : A minimum of 3 participants will be chosen, who will be invited to submit a tender, provided that there are a sufficient number of suitable participants. However, before an invitation to submit a tender is sent out, the selected participants will be assessed in relation to the listed qualification requirements. Criteria/rules for selection: The best qualified tenderers based on the qualification criteria "Professional, technical and organisational qualifications" will be chosen to submit a tender. The competition ́s qualification requirements Organisational and legal position Tenderers are required to have a legally established company. Company Registration Certificate, alternatively StartBANK ID. Foreign companies are required to have an equivalent certificate as prescribed by the laws of the country where the company is registered. Economic and financial capacity Tenderers are required to have sufficient economic and financial implementation ability. The size of the turnover, seen in relation to the contract value, can be emphasised. The Directorate of Public Construction and Property will carry out a credit rating of tenderers. Tenderers shall, in addition, submit: • Auditor confirmed annual accounts for the last three years, alternatively StartBANK ID. • Self-declaration on economic and financial implementation ability, signed and completed, see Annex 3. Ability to handle security graded information Tenderers shall, throughout the entire project implementation, including the interaction phase, construction phase and test phase, have the ability to handle and store security graded information. to the extent and degree of decree for the contract work. Central functions at the contractor, the contractor's engineering designer and any sub-contractors must. be able to comply with the requirements for Norwegian security clearance and authorisation. "Self-declaration security" in signed and completed condition, see annex 4. If information about the tenderers and/or their sub-suppliers who give the contracting authority reason to believe that the qualification requirement cannot be met, this can lead to rejection. In such case, it may be relevant to request further documentation from the tenderers and/or that Statsbygg itself obtains further information. Professional, technical and organisational qualifications part 1. Tenderers are required to have the necessary professional and organisational prerequisites to carry out the assignment. An overview shall be provided of the tenderer ́s company, in the form of an organisation chart as well as an account of the company ́s personnel resources as regards capacity, and competence to safeguard: • Administration and management in the contract ́s various phases. • Procurement of systems, materials, sub-contracts etc. • Construction site logistics and coordination The account of the personnel resources shall be made taking into account the requirement for Norwegian security clearance, cf. the qualification requirement above on "ability to handle security graded information". Professional, technical and organisational qualifications part 2. Tenderers are required to have sufficient experience with having contract responsibility/responsibility for administering assignments with a transferable value. A completed form shall be submitted with a brief description (up to approx. 2 A4 pages per project) of up to 3 reference projects with a reasoned transfer value (projects older more than five years weight can be given), with information on: • the project name and location •Principal • the project ́s size in m2 and total cost • a separate assignment ́s contract value. • the type of contract (interaction with and without goal sum, turnkey contract etc.) • the type of building/construction (business, new construction, renovation etc.) • the company's assignments and role in the project. • start-up and completion year (possibly where one is in the project now) • Protection value • If the project was security graded (subject to the Security Act). • Transferable value to the Norwegian Parliament's extension. Use annex 6 - Form for reference projects when completing points.
Legal basis :
Directive 2009/81/EC
Forsvar og sikkerhet - The procurement is covered by the Regulations on Defence and Security Procurements (FOR-2013-10-04-1185) as the assignment will result in the tenderer ́s personnel having access to security worthy information, cf. the National Security Act ((LOV-2018-06-01-24) Security Act) § 9-1.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Project 1304001 The Norwegian Parliament – a renovation extension for Akersgata Turnkey contract with interaction K201 - Qualification.
Description : Statsbygg would like, in connection with project: no.: 1304001 name: The Storting - renovation of the extension to Akersgataå, implement a qualification of participants who may be interested in submitting a tender offer on a turnkey contract with collaborationStatsbygg, is assigned by the Norwegian Parliament to have the role of builder for the renovation of the Storting ́s extension against Akersgata.  The Storting building was completed in 1866, while the extension came in 1956. Both are part of farm and use number 207/100. The extension to Akersgata is approx. 6,600 m2. The extension covers office functions and houses approx. 120 representatives, consultants and some administrative employees. The building also houses a committee room, the ministerial hall, the cinema hall and other special functions. The Storting building and the extension are included in a zoning plan that has provisions on preservation. The buildings will also be treated as listed and included in the Norwegian Parliament ́s own protection plan. Statsbygg submitted a start-up preliminary project report (OFP) for the extension in spring 2025 and received a letter of assignment for the preliminary project in summer 2025. The project shall deliver a technically upgraded, energy efficient, secure and universally designed building. The procurement is covered by the Regulations on Defence and Security Procurements (FOR-2013-10-04-1185) as the assignment will result in the tenderer ́s personnel having access to security worthy information, cf. the National Security Act ((LOV-2018-06-01-24) Security Act) § 9-1. The procurement will therefore fall under the definition 'security graded procurement', and the one that the Directorate of Public Construction and Property signs a contract with will be covered by the security law's provisions.   The project shall be carried out as a turnkey contract with interaction.
Internal identifier : 8c9a97c7-5e11-492b-949f-8b35b214dc94

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Options :
Description of the options : The Norwegian Parliament approved a grant 20.02.2025 for the start of the preliminary project for the extension. Statsbygg shall develop the preliminary project in a turnkey contract with interaction, within the Storting ́s framework, as close as possible to the project extent from concept 1 in the OFP report (start-up preliminary project). Statsbygg is the consultant and builder for the project, which will be carried out with the Norwegian Parliament as the contracting authority. This means that parts of the described extent can be options for any implementation agreement.

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/04/2026
Duration end date : 31/03/2032

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
Additional information : A minimum of 3 participants will be chosen, who will be invited to submit a tender, provided that there are a sufficient number of suitable participants. However, before an invitation to submit a tender is sent out, the selected participants will be assessed in relation to the listed qualification requirements. Criteria/rules for selection: The best qualified tenderers based on the qualification criteria "Professional, technical and organisational qualifications" will be chosen to submit a tender. The competition ́s qualification requirements Organisational and legal position Tenderers are required to have a legally established company. Company Registration Certificate, alternatively StartBANK ID. Foreign companies are required to have an equivalent certificate as prescribed by the laws of the country where the company is registered. Economic and financial capacity Tenderers are required to have sufficient economic and financial implementation ability. The size of the turnover, seen in relation to the contract value, can be emphasised. The Directorate of Public Construction and Property will carry out a credit rating of tenderers. Tenderers shall, in addition, submit: • Auditor confirmed annual accounts for the last three years, alternatively StartBANK ID. • Self-declaration on economic and financial implementation ability, signed and completed, see Annex 3. Ability to handle security graded information Tenderers shall, throughout the entire project implementation, including the interaction phase, construction phase and test phase, have the ability to handle and store security graded information. to the extent and degree of decree for the contract work. Central functions at the contractor, the contractor's engineering designer and any sub-contractors must. be able to comply with the requirements for Norwegian security clearance and authorisation. "Self-declaration security" in signed and completed condition, see annex 4. If information about the tenderers and/or their sub-suppliers who give the contracting authority reason to believe that the qualification requirement cannot be met, this can lead to rejection. In such case, it may be relevant to request further documentation from the tenderers and/or that Statsbygg itself obtains further information. Professional, technical and organisational qualifications part 1. Tenderers are required to have the necessary professional and organisational prerequisites to carry out the assignment. An overview shall be provided of the tenderer ́s company, in the form of an organisation chart as well as an account of the company ́s personnel resources as regards capacity, and competence to safeguard: • Administration and management in the contract ́s various phases. • Procurement of systems, materials, sub-contracts etc. • Construction site logistics and coordination The account of the personnel resources shall be made taking into account the requirement for Norwegian security clearance, cf. the qualification requirement above on "ability to handle security graded information". Professional, technical and organisational qualifications part 2. Tenderers are required to have sufficient experience with having contract responsibility/responsibility for administering assignments with a transferable value. A completed form shall be submitted with a brief description (up to approx. 2 A4 pages per project) of up to 3 reference projects with a reasoned transfer value (projects older more than five years weight can be given), with information on: • the project name and location •Principal • the project ́s size in m2 and total cost • a separate assignment ́s contract value. • the type of contract (interaction with and without goal sum, turnkey contract etc.) • the type of building/construction (business, new construction, renovation etc.) • the company's assignments and role in the project. • start-up and completion year (possibly where one is in the project now) • Protection value • If the project was security graded (subject to the Security Act). • Transferable value to the Norwegian Parliament's extension. Use annex 6 - Form for reference projects when completing points.

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/265849225.aspx

5.1.12 Terms of procurement

Terms of submission :
Obligatory indication of subcontracting : The share of the contract that the tenderer intends to subcontract
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
Description of the financial guarantee : In accordance with NS8407
Deadline for receipt of requests to participate : 30/10/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Turnkey contract with interaction based on Statsbygg ́s interaction book and NS8407.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : Turnkey contract with interaction based on Statsbygg ́s interaction book and NS8407.
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

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 : Oslo Tingrett
Information about review deadlines : In accordance with the Regulations on Defence and Security Procurements (FOR-2013-10-04-1185)

8. Organisations

8.1 ORG-0001

Official name : STATSBYGG
Registration number : 971278374
Postal address : Biskop Gunnerus' gate 6
Town : OSLO
Postcode : 0103
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Andreas Klovholt
Telephone : 47664476
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0103
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 2223500
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 2214c224-3c47-4c92-a3c5-976f6a9cfcfd - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/09/2025 15:24 +00:00
Notice dispatch date (eSender) : 17/09/2025 15:34 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00614867-2025
OJ S issue number : 180/2025
Publication date : 19/09/2025