1267301 met meteorological institute, co-location of Blindern Turnkey contract K 201 new building.

Statsbygg requests, in connection with project Project no. 1267301Project name: Meteorological (MET) Institute, co-location of Blindernom tender for the turnkey contract: "K201 turnkey contract". Statsbygg requests, in connection with project Project no. 1267301Project name: Meteorological (MET) Institute, co-location of Blindernom tender for the turnkey contract: "K201 turnkey contract".

CPV: 45000000 Gradbena dela
Rok:
17. junij 2025. 10:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
1267301 met meteorological institute, co-location of Blindern Turnkey contract K 201 new building.
Organ za podeljevanje:
STATSBYGG
Številka dodelitve:
2024/4229

1. Buyer

1.1 Buyer

Official name : STATSBYGG
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 1267301 met meteorological institute, co-location of Blindern Turnkey contract K 201 new building.
Description : Statsbygg requests, in connection with project Project no. 1267301Project name: Meteorological (MET) Institute, co-location of Blindernom tender for the turnkey contract: "K201 turnkey contract".
Procedure identifier : 3028ebe2-1bfd-4e04-b73f-e447cbb56011
Internal identifier : 2024/4229
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The Ministry of Climate and Environment has given the Directorate of Public Construction and Property the task of co-localising MET ́s activities in Oslo at Henrik Mohns plass in Blindern.The project includes: Renovation of the main buildingRiving of the respite buildingNybygg with a storage hall on one floor. and workshops/office premises in three floors Tractor garage - option New bicycle shelter - optionDoor workThe main building from 1940 is listed on the Cultural Heritage Management Office ́s Yellow List and it is listed in protection class 2, preservation in the National Protection Plan for the Ministry of Education and Research. The gross area is approx. 4,300 m2. The building needs upgrading with, among other things, better adaptations for universal design, better escape conditions from the weather hall on the 5th floor, establishment of ventilation installations, new lift, replacing windows, improving mineralite cleaning and adjusted plan solutions. The respite building from 1983 on the 713 m2 gross is two storeys. This building shall be demolished and replaced by a new building with office premises, storage and workshops. The new building will be approx. 1,900 m2 gross and consists of workshop/office premises of 3 floors and a rough warehouse with extra headroom on one floor. Information meeting/site inspection An information meeting will be held with a joint site inspection for all tenderers, Wednesday 14 May 2025, 9.00. Meet at: Henrik Mohns plass 1, Oslo (right by Forskningsparken underground station, access via Problemveien). Travel expenses etc. for this are not covered by the Directorate of Public Construction and Property, justification for use of PPR § 7-9 (4) For this procurement, the exception provision in PPR § 7-9 (4) is used, since it is clear that the climate and environmental requirements in the procurement have a better climate and environmental effect than the use of the award criteria. The procurement has mainly the following climate and environmental impact: Materials for new buildings and renovation of the main building Energy use in operation after procurement, in both buildingsEv. Health and environmentally hazardous substances that are used in the products in the alteration Emissions from machines at the construction site The project has seen reuse and some radiators shall be reused, in addition newer ventilation installations from the respite building shall be delivered to re-use. The requirements set to reduce or eliminate climate and environmental impacts: Heavier building materials (brick and grouting on the facades, concrete in the foundation wall, as well as concrete covers) in the respite building have been examined and shall be utilised as crushed matter in their own or other projects. In addition there are the following requirements: High requirements for greenhouse gas emissions from new materials, and requirements for maximum climate gas emissions for materials, energy and construction site in the new building. Passive house requirements for new buildings. Insulation in accordance with building physical principles and the replacement of windows to passive house standards in the main building, in addition to new technical systems of passive house standard in the main building Requirements for emission free construction site Requirements to avoid environmentally hazardous substancesTotal sets make the tailored ENØK systems, with passive house requirements for new elements and new buildings, high climate requirements for the materials at best-practice level, in accordance with the requirements in the Green Building Alliance's last material road manager. and re-use of what is possible to re-use and emission-free construction site, that there is little potential to minimise the climate and environmental impact separately beyond the requirements set in the project. Statsbygg ́s assessment is that in order to reduce the climate and environmental impact of this procurement, the exception provision in the Public Procurement Regulations § 7-9 (4), as the use of climate and environmental requirements is considered to have a clearly better climate and environmental effect than the use of the award criteria as described in PPR § 7-9 (2). The Directorate of Public Construction and Property is therefore exempted from the obligations to emphasise the environment or to prioritise the environment among the three highest prioritised award criteria.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - 1267301 met meteorological institute, co-location of Blindern Turnkey contract K 201 new building.
Anskaffelsesforskriften - 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 : 1267301 met meteorological institute, co-location of Blindern Turnkey contract K 201 new building.
Description : Statsbygg requests, in connection with project Project no. 1267301Project name: Meteorological (MET) Institute, co-location of Blindernom tender for the turnkey contract: "K201 turnkey contract".
Internal identifier : 2024/4229

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are required to have a legally established company. Company Registration Certificate, alternatively StartBANK ID. Foreign companies are required to have an equivalent certificate as prescribed by the laws of the country where the business is registered.
Criterion : Other economic or financial requirements
Description : Tenderers are required to have satisfactory financial implementation ability. The size of the turnover, seen in relation to the contract value, can be emphasised. The Directorate of Public Construction and Property will carry out a credit rating of tenderers. Tenderers may, in addition, be asked to submit auditor confirmed annual accounts, alternatively state StartBANK ID.
Criterion : Relevant educational and professional qualifications
Description : Tenderers must have sufficient experience in the role of turnkey contractor in a project with a transferable value as per size, nature and complexity. Information shall be submitted on up to three reference projects that the tenderer has carried out that have a transferable value to this project. It is not a requirement that all the reference assignments must have been carried out in the last five years, cf. the public procurement regulations § 16-6. The information to be delivered and supplemented is in annex 1.04 "Form A Qualification Requirement, Reference Projects Tenderer".

5.1.11 Procurement documents

Address of the procurement documents : https://permalink.mercell.com/255893164.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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 17/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 5 Month
Information about public opening :
Opening date : 17/06/2025 13:00 +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
Electronic auction : yes

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Organisation providing more information on the review procedures : Oslo tingrett -

8. Organisations

8.1 ORG-0001

Official name : STATSBYGG
Registration number : 971278374
Postal address : Biskop Gunnerus' gate 6
Town : OSLO
Postcode : 0103
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Brit Helene Øygard
Telephone : 22954000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 974714647)
Town : Oslo
Postcode : 1064
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

10. Change

Version of the previous notice to be changed : 11f41a9d-93ec-4683-9ce1-c294aa4412fd-01
Main reason for change : Information updated
Description : Postponed deadline for submitting tenders.

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : b01917cd-8ca1-4d35-b003-a95444791297 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/05/2025 09:02 +00:00
Notice dispatch date (eSender) : 07/05/2025 09:16 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00296443-2025
OJ S issue number : 89/2025
Publication date : 08/05/2025