Prequalification for the establishment of sheltered accommodation flats in housing cooperatives.

Løten municipality would like tenders for the establishment of 27 turnkey sheltered accommodation flats in one housing cooperative with a personnel base. Løten municipality would like tenders for the establishment of 27 turnkey sheltered accommodation flats in one housing cooperative with a personnel base.

CPV: 45215210 Stavebné práce na stavbe budov dotovaných obytných domov, 45211000 Stavebné práce na stavbe viacbytových budov a rodinných domov, 45211340 Stavebné práce na objektoch viacbytových budov, 45400000 Kompletizačné (dokončovacie) práce
Miesto vykonania:
Prequalification for the establishment of sheltered accommodation flats in housing cooperatives.
Udeľujúci orgán:
Løten Kommune
Číslo udelenia:
25/709

1. Buyer

1.1 Buyer

Official name : Løten 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 : Prequalification for the establishment of sheltered accommodation flats in housing cooperatives.
Description : Løten municipality would like tenders for the establishment of 27 turnkey sheltered accommodation flats in one housing cooperative with a personnel base.
Procedure identifier : ab69a102-fdd2-474f-835f-edd505eeeb94
Internal identifier : 25/709
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 : The municipality ́s contracting party shall provide a suitable, down-to-the-centre site at walking distance to shops, pharmacies, Frivillig sentral and medical services. See the map section attached to the requirement specification. The sheltered accommodation flats shall be erect in accordance with the requirements in this tender documentation, with the requirement specifications and the requirements in TEK 17 and the requirement specifications ́s annex 2 Targets and ambitions. The sheltered accommodation flats shall also qualify for a grant from the Housing Bank of Norway.

2.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45215210 Construction work for subsidised residential accommodation
Additional classification ( cpv ): 45211000 Construction work for multi-dwelling buildings and individual houses
Additional classification ( cpv ): 45211340 Multi-dwelling buildings construction work
Additional classification ( cpv ): 45400000 Building completion work

2.1.2 Place of performance

Postal address : Kildevegen 1
Town : Løten
Postcode : 2340
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information : The construction of a residence on site located in Løten.

2.1.3 Value

Estimated value excluding VAT : 120 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - .

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 : Prequalification for the establishment of sheltered accommodation flats in housing cooperatives.
Description : Løten municipality would like tenders for the establishment of 27 turnkey sheltered accommodation flats in one housing cooperative with a personnel base.
Internal identifier : 25/709

5.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45215210 Construction work for subsidised residential accommodation
Additional classification ( cpv ): 45211000 Construction work for multi-dwelling buildings and individual houses
Additional classification ( cpv ): 45211340 Multi-dwelling buildings construction work
Additional classification ( cpv ): 45400000 Building completion work
Options :
Description of the options : 0

5.1.2 Place of performance

Postal address : Kildevegen 1
Town : Løten
Postcode : 2340
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information : The construction of a residence on site located in Løten.

5.1.3 Estimated duration

Duration : 18 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 120 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : Other Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The price criteria assesses the tenderer ́s total purchase price that is in the price form, with additions of a calculated MOM cost and calculated mark-up for alteration and additional work. The tenderer's purchase price is a binding price, which is the tenderer's remuneration for the contract work (possibly adjusted for alteration and additional work). No calculations shall be made form of a fee or similar supplement to the agreed price. In this competition an upper limit is set for acceptable purchase price (excluding MOM add-ons and mark-up). The upper limit (the maximum price) will be finally determined at the latest by invitation to participation in the competition (the tender phase). Until then, tenderers can relate to the fact that the upper limit will be in the area around NOK 120,000,000. The contracting authority will not accept purchase values higher than this upper limit. If a final tenders have a purchase price that exceeds the upper limit, the tender offer will be rejected. Tenderers who submitting tenders with a higher purchase price in previous phases of the competition, will get a short deadline to correct this before any negotiations.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Solution proposal
Description : The offered solution proposal will be judged against the following elements: • Architectural whole - how well the design fulfils the project ́s goals • Efficient logistics, including efficient operation, handling of waste, cleaning • General indoor qualities • Normalisation and integration - See husbanken ́s guidelines ́ descriptions of the desired normalisation and integration of sheltered accommodation flats in other ordinary houses. The contracting authority would also like options for generational meetings and a living living environment. The tenderer will score in safeguarding these considerations in a good way beyond Husbanken's Minimum. • External aesthetics and adaptations to existing buildings, open and including access. • Outdoor areas - Good adaptation and facilitation for the relevant user group will be emphasised. See Husbanken ́s description of good outdoor environments. This will also include the design of walking routes with a good extent and good quality of outdoor furniture, planting etc. Safeguarding of the safety aspect will be important, i.e. that residents do not have the possibility of "getting lost". risk for busy streets etc. The solution proposal is to be given with descriptions and drawings. • Descriptions should be of maximum 4 A3 pages with single line spacing and 12 point font size • Situation plan 1:1000 which shows the project in connection with its surroundings. • Plan, cross section and facade drawings 1:500. The principal heights shall be stated • Area disposal showing main access, logistics, parking. Optional presentation form. Emphasis is put on the fact that the description and drawings are thought of at a more overall level than typical price and design contests. Extra points will not be given for high quality rendering and the like.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/263487151.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 : 24/09/2025 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

Mediation organisation : Østre Innlandet tingrett
Review organisation : Østre Innlandet tingrett
Information about review deadlines : .
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Østre Innlandet tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Østre Innlandet tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Østre Innlandet tingrett
Organisation providing additional information about the procurement procedure : Løten Kommune
Organisation providing offline access to the procurement documents : Løten Kommune
Organisation providing more information on the review procedures : Østre Innlandet tingrett
Organisation receiving requests to participate : Løten Kommune
Organisation processing tenders : Løten Kommune

8. Organisations

8.1 ORG-0001

Official name : Løten Kommune
Registration number : 964950679
Postal address : Kildeveien 1
Town : LØTEN
Postcode : 2341
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Bjørg Tvedt Flæte
Telephone : +47 62593000
Fax : +47 62593001
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Østre Innlandet tingrett
Registration number : 926 723 669
Department : Hamar
Postal address : Østregate 41
Town : Hamar
Postcode : 2326
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

Notice information

Notice identifier/version : 42550a96-ab83-486f-bfbc-89803849e1ad - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/08/2025 13:14 +00:00
Notice dispatch date (eSender) : 22/08/2025 14:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00555809-2025
OJ S issue number : 162/2025
Publication date : 26/08/2025