Procurement of a consultancy group - Førde Central Hospital 2028, sub-project Vestlandslegen Anga and Nye Førde Hospital (NFS) Intensive Care.

Procurement of a consultancy group - Førde Central Hospital 2028, sub-project Vestlandslegen Anga and sub-project Nye Førde Hospital (NFS) Intensive Care Contracting Authority and customer contracting authority for this competition are Sykehusinnkjøp HF. Sykehusinnkjøp HF is owned by the four regional health authorities, Helse Sør-Øst RHF, Helse Vest RHF, Helse …

CPV: 71210000 Savjetodavne arhitektonske usluge, 71310000 Savjetodavne tehničke usluge i savjetodavne usluge u građevinarstvu, 71311000 Savjetodavna usluge u području niskogradnje, 71320000 Usluge tehničkog projektiranja
rok:
20. lipnja 2025. 10:00
vrsta roka:
nadmetanje
mjesto izvršenja:
Procurement of a consultancy group - Førde Central Hospital 2028, sub-project Vestlandslegen Anga and Nye Førde Hospital (NFS) Intensive Care.
registar:
SYKEHUSINNKJØP HF
nagradni broj:
2025/44976

1. Buyer

1.1 Buyer

Official name : SYKEHUSINNKJØP HF
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Procurement of a consultancy group - Førde Central Hospital 2028, sub-project Vestlandslegen Anga and Nye Førde Hospital (NFS) Intensive Care.
Description : Procurement of a consultancy group - Førde Central Hospital 2028, sub-project Vestlandslegen Anga and sub-project Nye Førde Hospital (NFS) Intensive Care Contracting Authority and customer contracting authority for this competition are Sykehusinnkjøp HF. Sykehusinnkjøp HF is owned by the four regional health authorities, Helse Sør-Øst RHF, Helse Vest RHF, Helse Midt-Norway RHF and Helse Nord RHF, of which the shareholding is 25 percent each. The company has strategic and operative responsibility for purchasing for the specialist health service. When carrying out the procurement, Sykehusinnkjøp HF is a procurement central in accordance with the public procurement regulations, and is the right to have a defendant or an estimate of dispute processes concerning allegations of errors committed in a procurement process. Sykehusinnkjøp HF, division ICT and contract are the contract manager. For more information, see www.sykehusinnkjop.no.Sykehusinnkjøp HF is carrying out the procurement on behalf of the Customer(s). The customer(s) in this agreement are Helse Førde Health Trust.
Procedure identifier : 58be1abc-4649-495a-ad3b-4d33403e22df
Internal identifier : 2025/44976
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The purpose and scope of the procurement - orientationNye Førde Hospital has been an ongoing construction project in Helse Førde for a long time and first received a preliminary project for the construction program "Nye Førde hospital" in 2018. During the execution, the project has been altered. The reconstruction of Intensive Care was one of the areas taken out of previous implementation plans due to the cost index ́s development and need for cost cuts. The Anga building has, in construction plans up until now, been planned to be demolished. Intensive care is a sub-project that has been extensively worked on for years that has passed, and we have redefined previous plans for a sketch project to carry out a fornya preliminary project for this reconstruction. Helse Førde has carried out two new buildings and some alterations as a turnkey contract, with an experience of the distance to the engineering designers being "long". We would therefore like to implement a project where we work more closely with the designers. The two sub-projects "Vestlandslegen Anga" and "NFS Intensive Care" are therefore thought to be carried out as builder managed joint contracts. Both projects are reconstruction projects, and it is crucial to have good inspection of the existing structures and technical guideline paths. The builder will therefore carry out disassembly of the corridor ceiling in Anga and demolition in the area for Intensive Care, and scan the area so that a skanna BIM model will be available as an engineering design basis. It is important for both sub projects to get the preliminary projects into the budgeting process in autumn 2025 and tenderers must be finished with the preliminary project until 20 October. Details on the preliminary project must be adapted for the time we can use up to the budget resolution. Vestlandslegen Anga shall be ready to move in 1 December 2027. These are the progress frames that the consultant must plan their production and execution based on. See the tender documentation for further information on the project. The contractual relationship between the parties will be regulated by NS 8402:2010 General contract terms for consultancy assignments paid in accordance with elapsed time.  For special contract terms see Part II Annex B Contract Provisions.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71320000 Engineering design services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement is carried out as an open tender competition according to part I and part III of the procurement regulations (FOA).
Anskaffelsesforskriften - The deadline for submitting questions has been changed to 06.06.2025 (12:00)

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 : Procurement of a consultancy group - Førde Central Hospital 2028, sub-project Vestlandslegen Anga and Nye Førde Hospital (NFS) Intensive Care.
Description : Procurement of a consultancy group - Førde Central Hospital 2028, sub-project Vestlandslegen Anga and sub-project Nye Førde Hospital (NFS) Intensive Care Contracting Authority and customer contracting authority for this competition are Sykehusinnkjøp HF. Sykehusinnkjøp HF is owned by the four regional health authorities, Helse Sør-Øst RHF, Helse Vest RHF, Helse Midt-Norway RHF and Helse Nord RHF, of which the shareholding is 25 percent each. The company has strategic and operative responsibility for purchasing for the specialist health service. When carrying out the procurement, Sykehusinnkjøp HF is a procurement central in accordance with the public procurement regulations, and is the right to have a defendant or an estimate of dispute processes concerning allegations of errors committed in a procurement process. Sykehusinnkjøp HF, division ICT and contract are the contract manager. For more information, see www.sykehusinnkjop.no.Sykehusinnkjøp HF is carrying out the procurement on behalf of the Customer(s). The customer(s) in this agreement are Helse Førde Health Trust.
Internal identifier : 2025/44976

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71320000 Engineering design services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 05/08/2025
Duration end date : 31/12/2028

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : The tenderer must be registered in a company register or a trade register in the state where the tenderer is established. Norwegian companies: Certificate of Registration Foreign companies: Certificate of statutory registration in the country of establishment. Documentation must be submitted with the tender.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 06/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257416287.aspx

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
Variants : Not allowed
Deadline for receipt of tenders : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 20/06/2025 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

5.1.16 Further information, mediation and review

Review organisation : Sogn og Fjordane tingrett -
Information about review deadlines : The waiting period is 10 days calculated from the day after the award decision.
Organisation providing more information on the review procedures : Sogn og Fjordane tingrett -

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sogn og Fjordane tingrett
Registration number : 926723278
Town : Førde
Postcode : 6800
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55694300
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

10. Change

Version of the previous notice to be changed : 320ff511-fdc6-4c8f-b6ad-1b8237eb0010-01
Main reason for change : Information updated
Description : The deadline for submitting questions has been changed to 06.06.2025 (12:00)

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : 9683a2e0-b4e4-47d4-8693-e54d4f7ff73a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/06/2025 06:45 +00:00
Notice dispatch date (eSender) : 04/06/2025 06:57 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00362965-2025
OJ S issue number : 107/2025
Publication date : 05/06/2025