2025/5258 - School and multi-purpose hall in Klevjerhagen - competition with negotiations FOA part III

In accordance with the municipal council ́s decision, saknr: 070/24, Holmestrand municipality shall rent a school and multi-purpose hall with supplying outdoor areas to the school yard and parking. In accordance with the municipal council ́s decision, saknr: 070/24, Holmestrand municipality shall rent a school and multi-purpose hall with supplying …

CPV: 45212200 Roboty budowlane w zakresie budowy obiektów sportowych, 45214200 Roboty budowlane w zakresie budowy obiektów budowlanych związanych ze szkolnictwem, 45214210 Roboty budowlane w zakresie szkół podstawowych, 70130000 Wynajem nieruchomości stanowiących własność
Miejsce wykonania:
2025/5258 - School and multi-purpose hall in Klevjerhagen - competition with negotiations FOA part III
Miejsce udzielenia zamówienia:
Holmestrand kommune
Numer nagrody:
2025/5258

1. Buyer

1.1 Buyer

Official name : Holmestrand 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 : 2025/5258 - School and multi-purpose hall in Klevjerhagen - competition with negotiations FOA part III
Description : In accordance with the municipal council ́s decision, saknr: 070/24, Holmestrand municipality shall rent a school and multi-purpose hall with supplying outdoor areas to the school yard and parking.
Procedure identifier : 307fa5a1-df63-40b7-9389-c0ca91d74f35
Internal identifier : 2025/5258
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 school shall be designed in accordance with the room programme ́s guidelines. The multi-purpose hall shall be of such a nature that it is entitled to apply for funds. The school shall be a standard building with the lowest possible costs and obligations for the municipality.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 70130000 Letting services of own property
Additional classification ( cpv ): 45212200 Construction work for sports facilities
Additional classification ( cpv ): 45214200 Construction work for school buildings
Additional classification ( cpv ): 45214210 Primary school construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 330 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Public entities subject to the Norwegian Public Procurement Regulations and the Public Procurement Regulations.

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 : 2025/5258 - School and multi-purpose hall in Klevjerhagen - competition with negotiations FOA part III
Description : In accordance with the municipal council ́s decision, saknr: 070/24, Holmestrand municipality shall rent a school and multi-purpose hall with supplying outdoor areas to the school yard and parking.
Internal identifier : 2025/5258

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 70130000 Letting services of own property
Additional classification ( cpv ): 45212200 Construction work for sports facilities
Additional classification ( cpv ): 45214200 Construction work for school buildings
Additional classification ( cpv ): 45214210 Primary school construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 480 Month

5.1.5 Value

Estimated value excluding VAT : 330 000 000 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 About the qualification requirement: The contracting authority requires that the tenderer has a legally established company. Documentation that the set requirements are met: Norwegian companies: Company Registration Certificate from the Register of Business Enterprises. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of 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 : 5
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 Financial ability to fulfil the contract: About the qualification requirement: Tenderers are required to have sufficient financial ability to fulfil the contract. The contracting authority reserves the right to obtain further information that is deemed necessary to assess the tenderer's economic and financial position. Documentation that the set requirements are met: • Presentation of the company's annual accounts (the last annual report to the Brønnøysund Register Centre, including the auditor ́s assessment). The contracting authority reserves the right to also request provisional figures after the last annual report, as well as annual accounts for the previous two years if it is assessed that there is a need for it. • Recently established companies must submit a recent financial printout signed by the auditor. Or the tenderer shall document solidity responsibility for the company or companies that will use to fulfil the qualification requirement.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state that the tenderer is established in. 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. Description of the requirement/documentation: About the qualification requirement: The contracting authority requires that the tenderer has a legally established company. Documentation that the set requirements are met: Norwegian companies: Company Registration Certificate from the Register of Business Enterprises. Foreign companies: Proof that the company is registered in a trade register or register of business enterprises as prescribed by the law of 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 : 5
Criterion : Financial ratio
Description : Other economic and financial requirements Regarding any other economic and financial requirements that have been stated in the tenderer declares that: Description of the requirement/documentation: Financial ability to fulfil the contract: About the qualification requirement: Tenderers are required to have sufficient financial ability to execute the contract. The contracting authority reserves the right to. obtain further information that is deemed necessary to assess the tenderer's financial and financial position. Documentation that the set requirements are met: • Presentation of the company's Annual accounts (the last annual report to the Brønnøysund Register Centre, including the auditor ́s assessment). The contracting authority reserves the right to also request provisional figures after the last annual report, as well as annual accounts for the previous two years if assessment is given as needed. for that. • Recently established companies must submit a recent financial printout signed by the auditor. Or tenderers shall document solidity responsibility for the company or persons that the company relies on for. fulfil the qualification requirement.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Technicians or technical bodies to carry out the work
Description : Only for building and construction works About the qualification requirement: Tenderers shall have experience from equivalent contracts/assignments. Documentation that the set requirements are met: Tenderers shall enclose a list of the most important relevant deliveries during the last 5 years, including information on the value, date and recipient (name of telephone and email). The stated references may be contacted if necessary. The company responsible for the operation of the building shall have the necessary competence and experience Described with a maximum of 3 pages. The description shall also include competence of key persons. k il d if Holmestrand municipality Revised 09.05.2025 10.03.33 Tender documentation - School and multi-purpose hall in Klevjerhagen connected to the operation. 3.3.1 Support from other entities Commitment Statement/Cooperation Agreement If the tenderer intends to rely on the capacity of other entities in order to fulfil the requirements for financial and economic capacity and/or technical and professional qualifications, documentation shall be enclosed that the tenderer can use the necessary resources, e.g. by a written commitment statement or a written cooperation agreement from them. Businesses. See the public procurement regulations § 16-10 (Support from other entities), point (1) and (2). The self-declaration form (the ESPD form). If the tenderer will use the capacity of other entities to fulfil the qualification requirements, the entities shall submit separate self-declarations. If several tenderers participate in the competition jointly, the participating tenderers shall. enclose separate self-declarations. See the regulations on public procurements § 17 (The European the self-declaration form), point (6).
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
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 : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Deadline for requesting additional information : 10/06/2025 22:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256536152.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 08/08/2025
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 : 11/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : 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

Review organisation : Vestfold tingrett -
Information about review deadlines : Deadline for submitting a petition for a provisional injunction for the district court, which is discussed in the Public Procurement Regulations. § 20-7 is set at 15 days calculated from the day after the contracting authority sends out a notification in accordance with § 24-10. (3).
Organisation receiving requests to participate : Holmestrand kommune -
Organisation processing tenders : Holmestrand kommune -

8. Organisations

8.1 ORG-0001

Official name : Holmestrand kommune
Registration number : 917151229
Postal address : Rådhusgaten 11
Town : HOLMESTRAND
Postcode : 3080
Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Contact point : Ole-Jørgen Drilen Bruun-Lie
Telephone : +47 33064100
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Vestfold tingrett
Registration number : 926723618
Town : Tønsberg
Postcode : 3103
Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 391c767d-fc9a-4830-9a5e-fd359108d122 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/05/2025 12:32 +00:00
Notice dispatch date (eSender) : 09/05/2025 13:32 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00303417-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025