Project Manager - Skjervøy primary school.

Skjervøy municipality shall construct a new primary school and seeks a project manager to manage the process through a partnering contract at the turnkey contract NS8407. Skjervøy municipality shall construct a new primary school and seeks a project manager to manage the process through a partnering contract at the turnkey …

CPV: 45214200 Construction work for school buildings, 45214210 Primary school construction work, 71311000 Civil engineering consultancy services, 71311100 Civil engineering support services, 71315200 Building consultancy services, 71530000 Construction consultancy services, 71541000 Construction project management services, 72224000 Project management consultancy services
spriocdháta:
Lún. 14, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Project Manager - Skjervøy primary school.
clárlann:
Nord-Troms kommunene innkjøpstjeneste
uimhir dámhachtana:
25/485

1. Buyer

1.1 Buyer

Official name : Nord-Troms kommunene innkjøpstjeneste
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 : Skjervøy 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 : Project Manager - Skjervøy primary school.
Description : Skjervøy municipality shall construct a new primary school and seeks a project manager to manage the process through a partnering contract at the turnkey contract NS8407.
Procedure identifier : 68ff2c9b-d0e4-411f-83d9-5a4f1e01ec4a
Internal identifier : 25/485
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out 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 III. The contract will be awarded in accordance with the negotiated procedure after the prior notice, cf. § 13-1(2). All tenderers will have their tenders evaluated. After the initial evaluation, the tenderers with the three best tenders will be invited to negotiations. Following the negotiations and any updated tenders, the final evaluation of the three tenders will be made and the contract will be awarded. Attention is defined that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations § 24-8(1)b. Tenderers are strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly ask questions about uncertainties to a gender neutral preferred.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 45214200 Construction work for school buildings
Additional classification ( cpv ): 45214210 Primary school construction work
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71541000 Construction project management services

2.1.2 Place of performance

Postal address : Skjervøy Kommune
Town : Skjervøy
Postcode : 9180
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 2 750 000 Norwegian krone

2.1.4 General information

Additional information : This tender contest will be republished if it fails
Legal basis :
Directive 2014/24/EU
anskaffelses forskriften del I og del III - The procurement will be carried out 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 III. The contract will be awarded in accordance with the negotiated procedure after the prior notice, cf. § 13-1(2).

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 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 : Project Manager - Skjervøy primary school.
Description : Skjervøy municipality shall construct a new primary school and seeks a project manager to manage the process through a partnering contract at the turnkey contract NS8407.
Internal identifier : 25/485

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 45214200 Construction work for school buildings
Additional classification ( cpv ): 45214210 Primary school construction work
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71541000 Construction project management services

5.1.2 Place of performance

Postal address : Skjervøy Kommune
Town : Skjervøy
Postcode : 9180
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 2 750 000 Norwegian krone

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
Additional information : This tender contest will be republished if it fails

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Demand: Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established. Documentation requirement: • 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 : Demand: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: • A 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. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : Measures for ensuring quality
Description : Requirement: Tenderers shall have experience from comparable contracts. The offered project manager shall be able to refer to competence with the interaction contract. Documentation requirement: Description of up to 3 of the tenderer's most relevant contracts in the course of the last 6 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to the competence of the person used for this assignment, even if the experience was built up whilst the employee was providing services for another service provider. The description of completed assignments shall be as 6 A4 pages. A gender neutral preferred in the stated reference projects must be contactable by the contracting authority. This requirement applies to all sides in the competition.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest price
Description : The price will be evaluated based on the tenderer ́s stated hourly rate in the tender letter. The offered hourly rate shall include costs for travel and stay. Weighted 15%
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 15
Criterion :
Type : Price
Name : Time spent
Description : The time spent shall be evident from the tenderer ́s assignment comprehension. Weighted 15%
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Competence and experience
Description : The competence will be evaluated based on the submitted CVs for the project manager who can be used in the project. Under this criteria, the offered consultants ́ competence will be assessed with an emphasis on: • Degree of experience with contract strategy and implementation strategy. • Degree of experience with different interaction models. • Degree of experience with the establishment of tender documentation and contracts in collaboration projects, preferably from school buildings. • Degree of experience with integration of teams both in the collaboration phase and the construction project. • Degree of experience with project development and project management. • Degree of experience with development and negotiation of target price. • Degree of experience with legal competence within public procurements and collaboration contracts The tenders will be assessed based on an overall assessment of the offered project manager ́s total competence. The contracting authority will carry out a purchasing discretion, where the best tender is given ten points, whilst the other tenders will be given a relative score. Weighted 40%
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Exercise comprehension
Description : The assignment comprehension will be evaluated based on the delivered assignment comprehension and the tenderer's presentation. The assignment comprehension is the tenderer ́s concrete description of how they shall solve the assignment based on the contracting authority ́s order. The contracting authority will carry out a purchasing discretion, where the best tender is given ten points, whilst the other tenders will be given a relative score. The assignment comprehension will form the basis for a dialogue/interview with relevant tenderers. The exercise comprehensions shall be at maximum 6 A4 pages. Weighted 30%
Category of award threshold criterion : Weight (points, 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 : 03/07/2025 10:00 +00:00

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 14/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : It will be possible to correct tender offers after completed negotiations.
Information about public opening :
Opening date : 14/08/2025 10:30 +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
Financial arrangement : The contract terms are in accordanc with NS8402

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 : Nord-Troms og Senja Tingrett -
Review organisation : Nord-Troms og Senja Tingrett -
Information about review deadlines : The deadline for a petition for a temporary injunction is set at 15 days from the day after notification of the award in the competition, Anskaffelsesforskriften § 20-7 (2).
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Nord-Troms og Senja Tingrett -
Organisation providing additional information about the procurement procedure : Skjervøy Kommune -
Organisation providing offline access to the procurement documents : Skjervøy Kommune -
Organisation providing more information on the review procedures : Skjervøy Kommune -

8. Organisations

8.1 ORG-0001

Official name : Nord-Troms kommunene innkjøpstjeneste
Registration number : 940 363 586
Postal address : Øvervegen 2
Town : Olderdalen
Postcode : 9146
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Contact point : Jonny Bless
Telephone : +47 45608528
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Skjervøy Kommune
Registration number : 941812716
Department : Teknisk Drift og Utvikling
Postal address : Skoleveien 6
Town : Skjervøy
Postcode : 9180
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Contact point : Einar Lauritsen
Telephone : +4790360894
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Nord-Troms og Senja Tingrett
Registration number : Nord-Troms og Senja Tingrett
Department : Nord-Troms og Senja Tingrett
Postal address : Postboks 2510
Town : Tromsø
Postcode : 9270
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Internet address : https://www.domstol.no
Roles of this organisation :
Review organisation
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : b036ef39-0a80-4537-83e0-10002569aa00 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/05/2025 10:01 +00:00
Notice dispatch date (eSender) : 26/05/2025 10:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00341506-2025
OJ S issue number : 101/2025
Publication date : 27/05/2025