Tender documentation HOB - Hebekk sheltered accommodation flats - Prequalification

Nordre Follo municipality hereafter called the Contracting Authority plans to erect new sheltered accommodations in Ski.The contracting authority expects that the number of elderly persons in their own municipality will increase in the next 20 years and figures from SSB show that the number of elderly people over 80 years …

CPV: 45000000 Bouwwerkzaamheden, 45215210 Bouwen van tehuizen, 71240000 Dienstverlening op het gebied van architectuur, bouwkunde en planning
Plaats van uitvoering:
Tender documentation HOB - Hebekk sheltered accommodation flats - Prequalification
Toekennende instantie:
NORDRE FOLLO KOMMUNE
Gunningsnummer:
25/57555

1. Buyer

1.1 Buyer

Official name : NORDRE FOLLO KOMMUNE
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Tender documentation HOB - Hebekk sheltered accommodation flats - Prequalification
Description : Nordre Follo municipality hereafter called the Contracting Authority plans to erect new sheltered accommodations in Ski.The contracting authority expects that the number of elderly persons in their own municipality will increase in the next 20 years and figures from SSB show that the number of elderly people over 80 years will double up to 2040. The municipality ́s need analyses show that there will be a strong growth in the need for sheltered accommodation for persons with needs and decisions for 24 hour health and care services. In order to meet the need and be able to offer sheltered accommodations, 70 sheltered accommodation flats shall be constructed at Hebekk, with the accompanying common areas, activity centre, cafe and outdoor areas. The building shall be planned and constructed for persons with different degrees of cognitive decline and persons with physical challenges. The welfare building shall be a place that promotes well-being and the joy of living among residents and employees. In addition relatives and visitors in all age groups, and in different ways shall experience feeling welcome in the building. The sheltered accommodation flats will have a central location and are within walking distance west of the centre of Ski, approx. 1 km from the top of the city centre and the bus terminal. The address at the actual site is St. Hansveien 9. The site is located at Hebekk and is 1,0937 m2 (10.9 decares) and is planned to be built where the former Follo primary and secondary schools were located. The area around the site consists of detached houses, block buildings and Hebekk school with the accompanying delivery zone. It is currently an important footpath to the centre of Ski through the site. There are currently no buildings on the site and it is relatively flat, open and sunny. The contracting authority has chosen interaction as an execution model for the erection of sheltered accommodation flats at Hebekk. The objective of this procurement is to enter into a contract with an experienced turnkey contractor for engineering design services for and the execution of the project. The execution of the project will be in two phases. In phase 1, the development phase, the turnkey contractor shall participate in a process in cooperation with the users to develop and optimise the building with the accompanying outdoor area at a more detailed level. During phase 1, the contracting authority and turnkey contractor shall prepare a preliminary project and arrive at a target price for the execution of the engineering design services and construction. Due to progress, the work on detailed development is scheduled to commence in November 2025. Meetings and clarifications/adjustments with this regulation group must be counted. If the preliminary project is decided and the parties agree on the target price, detailed engineering design services for and construction will be carried out in phase 2, the execution phase.
Procedure identifier : a38a5ef6-7fd9-4275-8398-b52117882832
Internal identifier : 25/57555
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 : A complete description of the delivery is in the tender documentation part 2 and the attached documents.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45215210 Construction work for subsidised residential accommodation
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 400 000 000 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)c).

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 : Tender documentation HOB - Hebekk sheltered accommodation flats - Prequalification
Description : Nordre Follo municipality hereafter called the Contracting Authority plans to erect new sheltered accommodations in Ski.The contracting authority expects that the number of elderly persons in their own municipality will increase in the next 20 years and figures from SSB show that the number of elderly people over 80 years will double up to 2040. The municipality ́s need analyses show that there will be a strong growth in the need for sheltered accommodation for persons with needs and decisions for 24 hour health and care services. In order to meet the need and be able to offer sheltered accommodations, 70 sheltered accommodation flats shall be constructed at Hebekk, with the accompanying common areas, activity centre, cafe and outdoor areas. The building shall be planned and constructed for persons with different degrees of cognitive decline and persons with physical challenges. The welfare building shall be a place that promotes well-being and the joy of living among residents and employees. In addition relatives and visitors in all age groups, and in different ways shall experience feeling welcome in the building. The sheltered accommodation flats will have a central location and are within walking distance west of the centre of Ski, approx. 1 km from the top of the city centre and the bus terminal. The address at the actual site is St. Hansveien 9. The site is located at Hebekk and is 1,0937 m2 (10.9 decares) and is planned to be built where the former Follo primary and secondary schools were located. The area around the site consists of detached houses, block buildings and Hebekk school with the accompanying delivery zone. It is currently an important footpath to the centre of Ski through the site. There are currently no buildings on the site and it is relatively flat, open and sunny. The contracting authority has chosen interaction as an execution model for the erection of sheltered accommodation flats at Hebekk. The objective of this procurement is to enter into a contract with an experienced turnkey contractor for engineering design services for and the execution of the project. The execution of the project will be in two phases. In phase 1, the development phase, the turnkey contractor shall participate in a process in cooperation with the users to develop and optimise the building with the accompanying outdoor area at a more detailed level. During phase 1, the contracting authority and turnkey contractor shall prepare a preliminary project and arrive at a target price for the execution of the engineering design services and construction. Due to progress, the work on detailed development is scheduled to commence in November 2025. Meetings and clarifications/adjustments with this regulation group must be counted. If the preliminary project is decided and the parties agree on the target price, detailed engineering design services for and construction will be carried out in phase 2, the execution phase.
Internal identifier : 25/57555

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45215210 Construction work for subsidised residential accommodation
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 13/05/2026
Duration end date : 31/12/2028

5.1.5 Value

Estimated value excluding VAT : 400 000 000 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 trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements The tenderer shall be a legally established company. Documentation: Norwegian companies shall submit a company registration certificate from the Brønnøysund Register Centre. Foreign companies shall submit proof that the tenderer is registered in a company register, professional register or a commerce register 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
Criterion : Average yearly turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows: Minimum qualification requirements Tenderers must have had a minimum annual turnover of NOK 800,000,000 on average in the last three years (2022-2024). Documented by: Where the tenderer is registered in Proff Forvalt (Proff AS), the Contracting Authority will use Proff Forvalt (Proff AS) to assess fulfilment of the requirement. If this information is not in Proff Forvalt (Proff AS), the tenderer must submit the annual accounts for the years 2022-2024.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Tenderers are required to have a bankruptcy rating equivalent to A (low bankruptcy risk) from Proff Forvalt (Proff AS) or better. Documentation requirement: The contracting authority will use Proff Forvalt (Proff AS) to assess fulfilment of the requirement. Therefore it is not necessary for tenderers to send this documentation. The tenderer is expected to have known registered information about the company in Proff AS. If a tenderer chooses to use a parent company to fulfil the requirement, a parent company guarantee must be enclosed. The contracting authority will then use Proff Forvalt to assess the parent company's bankruptcy rating. If the tenderer (e.g. newly established companies) is not subject to bankruptcy proceedings in Proff Forvalt, the tenderer is asked to enclose other appropriate documentation. This can e.g. be the company's annual accounts or extracts thereof, bank declarations or liability insurance certificates, ref. the Public Procurement Regulations §16-4. If one company will use the capacity of other companies to fulfil the requirements for economic and financial capacity, the contracting authority requires that they are joint and severally responsible for the execution of the contract.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified works
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration. Minimum qualification requirements Tenderers shall have experience from comparable contracts. Comparable assignments means Helsebygg, for example Sheltered Accommodation, Nursing Home, Health Centre or equivalent construction project of the same extent and complexity. Documentation: Completed Annex B "The tenderer's relevant reference projects" Description of the tenderer's 2 (only 2) most relevant assignments during the last 7 years. THE ASSIGNMENTS MUST BE COMPLETED AND HANDED OVER TO THE BUILDER. It is the tenderer ́s responsibility to document relevance through the description.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Tenderers are required to fulfil the requirements for the Quality System ISO 9001:2015. Equivalent certificates issued by bodies in other EEA states will be accepted. The contracting authority will accept other documentation for an equivalent quality system if the tenderer cannot obtain such certificates by the deadline and it is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality assurance standards.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Description of the requirement/documentation: Tenderers are required to be certified for environmental management, in the form of ISO 1400:2015, EMAS or Miljøfyrtårn. Equivalent certificates from bodies in other EEA countries. Accepted. The contracting authority will accept other documentation for equivalent environmental management measures if the tenderer is unable to obtain such certificates by the deadline, and it is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested the environmental management systems or standards.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 4
Maximum number of candidates to be invited for the second stage of the procedure : 4
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/264849973.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 : 12/11/2025 11:00 +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 : no
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

Mediation organisation : Follo og Nordre Østfold tingrett
Review organisation : Follo og Nordre Østfold tingrett
Information about review deadlines : 10 days after the day after the award.
Organisation providing more information on the review procedures : NORDRE FOLLO KOMMUNE

8. Organisations

8.1 ORG-0001

Official name : NORDRE FOLLO KOMMUNE
Registration number : 922092648
Postal address : Idrettsveien 8
Town : SKI
Postcode : 1400
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : May Britt Nordnes
Telephone : 02178
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Follo og Nordre Østfold tingrett
Registration number : 926725920
Town : Ski
Postcode : 1401
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation

Notice information

Notice identifier/version : 1fe31759-763f-46a0-883c-49f05a6a5c18 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/10/2025 10:27 +00:00
Notice dispatch date (eSender) : 10/10/2025 11:44 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00670188-2025
OJ S issue number : 196/2025
Publication date : 13/10/2025