New Stavanger University Hospital - K2108 Concrete works and framework 76

New SUS hereby invites tenderers to a negotiated procedure after a prior notice, cf. the Public Procurement Regulations § 13-1 (2), with prequalification, for K2108 Concrete work and framework 76 for the construction of a new university hospital at Ullandhaug in Stavanger. The entire tender documentation can be obtained from …

CPV: 45210000 Ēku celtniecības darbi, 45262210 Pamatu izbūve, 45262300 Betonēšanas darbi
Izpildes vieta:
New Stavanger University Hospital - K2108 Concrete works and framework 76
Piešķīrēja iestāde:
Sykehusbygg HF
Piešķīruma numurs:
K2108

1. Buyer

1.1 Buyer

Official name : Sykehusbygg HF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

1.1 Buyer

Official name : Helse Stavanger HF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : New Stavanger University Hospital - K2108 Concrete works and framework 76
Description : New SUS hereby invites tenderers to a negotiated procedure after a prior notice, cf. the Public Procurement Regulations § 13-1 (2), with prequalification, for K2108 Concrete work and framework 76 for the construction of a new university hospital at Ullandhaug in Stavanger. The entire tender documentation can be obtained from a web hotel: Link: http://helsestavanger.itbase.no/SUS2023Anbudsmapper/ The user name and password will be added as "Additional Information" in Mercell after the notice.
Procedure identifier : b5958749-829b-485b-a767-1653333e66f1
Internal identifier : K2108
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 : The procurement concerns concrete works and framework 76 buildings in connection with construction stage 2 of the project - building 76. Further details on the contract are in the document C.2.1 Technical Description. The estimated value of the procurement is NOK 108 million, excluding VAT.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45262300 Concrete work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45262210 Foundation work

2.1.2 Place of performance

Town : Stavanger
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 108 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Negotiated procedure after a prior notice, cf. the Public Procurement Regulations § 13-1 (2), with prequalification. The procurement is a part of a larger construction project, where the project ́s size complexity suggests that competition with negotiations is the best method for achieving the best possible result.
Anskaffelsesforskriften - Uploaded revised A.5 Document List

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 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 : New Stavanger University Hospital - K2108 Concrete works and framework 76
Description : New SUS hereby invites tenderers to a negotiated procedure after a prior notice, cf. the Public Procurement Regulations § 13-1 (2), with prequalification, for K2108 Concrete work and framework 76 for the construction of a new university hospital at Ullandhaug in Stavanger. The entire tender documentation can be obtained from a web hotel: Link: http://helsestavanger.itbase.no/SUS2023Anbudsmapper/ The user name and password will be added as "Additional Information" in Mercell after the notice.
Internal identifier : K2108

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45262300 Concrete work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45262210 Foundation work

5.1.2 Place of performance

Town : Stavanger
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/10/2025
Duration end date : 14/06/2027

5.1.5 Value

Estimated value excluding VAT : 108 000 000 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Requirement: Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Documentation that the company is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 8
Criterion : Other economic or financial requirements
Description : Requirement: Tenderers shall not have significant deviations in their reporting obligations to the tax authorities. Documentation requirement: Norwegian companies: As documentation, the contracting authority will obtain extended tax information from the Norwegian Tax Administration, based on the authority that the tenderer shall submit (see annex 1.4). Tenderers shall submit any approved repayment plan. Foreign companies: Certificate issued by the relevant authority in the tenderer ́s home country that confirms that the tenderer has fulfilled his obligations regarding duties in accordance with the legal provisions in the country where the tenderer is established. Documentation shall be delivered in Norwegian/Scandinavian/English. A translation shall be enclosed with the original certificate.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 8
Criterion : Other economic or financial requirements
Description : Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Tenderers must as a minimum be credit worthy. Documentation requirement: As documentation, the contracting authority will obtain a credit rating. The contracting authority subscribes to services from Bisnode (D&B). Tenderers must achieve a minimum rating of A (credit worthy). It is a prerequisite that the tenderer has known registered information about the company and hereby agrees by submitting the tender to collect and form the basis for assessing the tenderer's financial conditions. If there is doubt about whether the tenderer fulfils the requirement, the contracting authority may require further documentation of the financial capacity In the event of mergers/acquisitions/new establishments, the tenderer can be assessed separately Foreign companies: Applicants outside the Nordic countries must submit a credit rating that documents the requirement for credit worthiness equivalent to A - credit worthy.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 8
Criterion : References on specified works
Description : Requirement: Tenderers shall have sufficient experience to carry out the assignment. The requirement will be seen as fulfilled if the tenderer can refer to three reference projects during the last five years with the following characteristics: • The contractor has carried out and been responsible for equivalent deliveries. For contractors who submit joint tenders, or who rely on other companies ́ resources to fulfil the qualification requirements, this requirement must be fulfilled fully by the company that shall have the coordination role in the project. Documentation requirement: The contracting authority has prepared a form that the tenderer shall use to respond to both this qualification requirement and the selection criteria in point 4.4. (See the tender documentation. Annex 1.1) The form states what information the tenderer shall provide.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 8
Criterion : Relevant educational and professional qualifications
Description : Requirement: The tenderer shall have the necessary capacity and competence to meet the needs of the execution of the assignment. Documentation requirement: Tenderers shall enclose an overview of manpower for this assignment, for example: - Description of the organisation for the assignment (organisation chart etc.) including planned manpower and/or key roles.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 8
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
Maximum number of candidates to be invited for the second stage of the procedure : 8
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/258005225.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
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 requests to participate : 01/07/2025 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 : Sør-Rogaland tingrett -
Information about review deadlines : See Part I Competition Description and Part II the Tender Documentation.

8. Organisations

8.1 ORG-0001

Official name : Sykehusbygg HF
Registration number : 814630722
Postal address : Holtermanns veg 3
Town : TRONDHEIM
Postcode : 7030
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Espen Oseberg Hansen
Telephone : 93687814
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Helse Stavanger HF
Registration number : 983974678
Town : Stavanger
Postcode : 4068
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Espen Oseberg Hansen
Telephone : 93687814
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0003

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Town : Stavanger
Postcode : 4012
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : d7603a6e-045c-46fd-81c7-99a5a9c38774-01
Main reason for change : Information updated

10.1 Change

Section identifier : PROCEDURE
Notice information
Notice identifier/version : 2c1140aa-236e-4eba-a4e5-91b282b5e560 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/06/2025 08:45 +00:00
Notice dispatch date (eSender) : 03/06/2025 08:53 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00360470-2025
OJ S issue number : 106/2025
Publication date : 04/06/2025