New nursery and respite care home for children and youths.

The aim of the procurement is to enter into a turnkey contract for the complete delivery of engineering design services for and the construction of a new nursery school and respite care flats for children and youths, as well as the demolition of an existing nursery school and engineering design …

CPV: 45000000 Anläggningsarbete, 45100000 Förberedande anläggningsarbeten, 45200000 Delar av eller kompletta bygg- och anläggningsarbeten samt väg- och vattenarbeten, 45211350 Byggnation av byggnader med flera funktioner, 45214100 Bygg- och anläggningsarbeten: förskolebyggnader, 45215000 Bygg- och anläggningsarbeten: byggnader med anknytning till hälso- och socialvård, krematorier och offentliga toaletter, 45300000 Byggnadsinstallationsarbeten, 45400000 Färdigställande byggnadsarbeten, 71000000 Arkitekt-, bygg-, ingenjörs- och besiktningstjänster, 71200000 Arkitekttjänster, 71300000 Ingenjörstjänster, 71500000 Tjänster för bygg- och anläggningsarbeten, 71600000 Teknisk provning, analys och konsulttjänster
Plats för avrättning:
New nursery and respite care home for children and youths.
Plats för tilldelning:
Færder kommune
Tilldelningsnummer:
2025/6793

1. Buyer

1.1 Buyer

Official name : Færder kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : New nursery and respite care home for children and youths.
Description : The aim of the procurement is to enter into a turnkey contract for the complete delivery of engineering design services for and the construction of a new nursery school and respite care flats for children and youths, as well as the demolition of an existing nursery school and engineering design services and development of the accompanying outside areas and the necessary infrastructure. A comprehensive description of the delivery is in the tender documentation part II, the contract documentation and annexes. The new building is a vertical divided combination building with a total gross area of approx. 4,900 m2, divided between two floors with a technical loft area, located in Vestskogen in Nøtterøy in Færder municipality. The building consists of a nursery school in the northern part and a respite care home for children and youths in the southern part. The nursery ́s reinforced unit binds the two entities together. The nursery part ́s gross area is approx. 2,981 m2. The relief dwelling ́s gross area is approx. 1,548 m2. Technical areas make up a total of approx. 140 m2 Expected contract start in December 2025, with start of execution in the first quarter of 2026. The completion of the assignment is planned for winter 2027/2028, with a sub-hand over of the nursery during the first half of 2027.Complete description of the delivery follows the tender documentation part II, the contract documentation with annexes.
Procedure identifier : 4c22a11c-8e8c-408b-8d7f-a8291b8648b1
Internal identifier : 2025/6793
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 competition rules follow the procedure "negotiated procedure after the prior notice", cf. the Public Procurement Regulations §§ 13-1 (2) and 23-7.The competition will start with a qualification phase and only the tenderers who fulfil the qualification requirements and are thus invited will be able to submit a tender. The contracting authority will invite all qualified tenderers to submit tender offers, and therefore makes no selection among the qualified, cf. the Public Procurement Regulations § 16-12.If a tenderer is rejected from participating in the competition as a result of the rejection, cf. the Public Procurement Regulations §§ 24-1 and 24-2, there will be a deadline of fifteen days to petition the temporary injunction, calculated from the day after the notification in accordance with § 24-10 has been sent. Cf. the Public Procurement Regulations § 20-7. The exact deadline will be stated in the notification to the tenderer. The contracting authority reserves the right to reduce the number of tenders that shall be negotiated, cf. the Public Procurement Regulations § 23-11. The first reduction is planned prior to the negotiations, which means that an evaluation will be made of the tenders as they are presented with the tender submission, before the negotiation phase is initiated. All invited tenderers will have their tenders evaluated, unless there is a basis for rejection due to conditions with the tender, cf. the Public Procurement Regulations § 24-8. The contracting authority will invite tenderers with the three best tenders after the initial evaluation to negotiations, cf. the Public Procurement Regulations §§ 23-7. If there is a steady competition and little that separates the tenderers, the contracting authority will assess whether the tenderers with the top five tenders should be invited to negotiations. At the same time, the contracting authority reserves the right to award the contract without negotiations. Tenderers are therefore strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly ask questions about uncertainties through the communication module in the contracting authority ́s competition tool. Following the negotiations and any updated tenders, a final evaluation will be made of the remaining tenders and the contract will be awarded. Attention is defined that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations § 24-8 (1) b. The contracting authority will make a concrete assessment of any deviations. Significant deviations cannot be negotiated, but the contracting authority can request post and clarification of information and documentation, cf. the Public Procurement Regulations § 23-5.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45211350 Multi-functional buildings construction work
Additional classification ( cpv ): 45214100 Construction work for kindergarten buildings
Additional classification ( cpv ): 45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45400000 Building completion work
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 190 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement follows the Public Procurement Act and Regulations, Parts I and III. The contract will be awarded through a competitive procedure with negotiations after prior publication, cf. FOA § 13-1 (2), as the conditions in FOA § 13-2 (a–d) are considered fulfilled.

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 : New nursery and respite care home for children and youths.
Description : The aim of the procurement is to enter into a turnkey contract for the complete delivery of engineering design services for and the construction of a new nursery school and respite care flats for children and youths, as well as the demolition of an existing nursery school and engineering design services and development of the accompanying outside areas and the necessary infrastructure. A comprehensive description of the delivery is in the tender documentation part II, the contract documentation and annexes. The new building is a vertical divided combination building with a total gross area of approx. 4,900 m2, divided between two floors with a technical loft area, located in Vestskogen in Nøtterøy in Færder municipality. The building consists of a nursery school in the northern part and a respite care home for children and youths in the southern part. The nursery ́s reinforced unit binds the two entities together. The nursery part ́s gross area is approx. 2,981 m2. The relief dwelling ́s gross area is approx. 1,548 m2. Technical areas make up a total of approx. 140 m2 Expected contract start in December 2025, with start of execution in the first quarter of 2026. The completion of the assignment is planned for winter 2027/2028, with a sub-hand over of the nursery during the first half of 2027.Complete description of the delivery follows the tender documentation part II, the contract documentation with annexes.
Internal identifier : 2025/6793

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45211350 Multi-functional buildings construction work
Additional classification ( cpv ): 45214100 Construction work for kindergarten buildings
Additional classification ( cpv ): 45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45400000 Building completion work
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 190 000 000 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

5.1.7 Strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/260966974.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 : Allowed
Deadline for receipt of requests to participate : 01/09/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
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 request for a temporary injunction The Contracting Authority has set a deadline for when a petition for a provisional injunction against the Contracting Authority's decision to reject a request to participate in the competition, cf. § 24-1 and § 24-2, or not select a tenderer, cf. § 16-12, must be brought before the district court. The deadline is 15 days calculated from the day after the contracting authority sends out notification in accordance with § 24-10 third paragraph or § 16-12 fourth paragraph. The contracting authority shall state the deadline in the procurement documents and in the notification to the tenderer that the enquiry has been rejected or rejected.

8. Organisations

8.1 ORG-0001

Official name : Færder kommune
Registration number : 817263992
Postal address : Tinghaugveien 18
Town : NØTTERØY
Postcode : 3140
Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Contact point : Stian Solli Berg
Telephone : 41401815
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Vestfold tingrett
Registration number : 926723618
Postal address : Postboks 2023
Town : Tønsberg
Postcode : 3103
Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : fde0b199-2a74-402d-9f5e-ee735b96f8d8 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/07/2025 11:04 +00:00
Notice dispatch date (eSender) : 29/07/2025 12:47 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00499647-2025
OJ S issue number : 144/2025
Publication date : 30/07/2025