Turnkey contract Sunndal helsetun

The New Sunndal Helsetun shall be constructed on the existing health tunnel site at Sunndalsøra in Sunndal municipality. The new health centre shall have 64 institution places, 16 short-term places and 32 sheltered accommodation flats. The site is located just east of the city centre, by the church, north of …

CPV: 45200000 Delar av eller kompletta bygg- och anläggningsarbeten samt väg- och vattenarbeten, 45110000 Rivning av byggnader och schaktning, 45210000 Byggnadsanläggning, 45220000 Väg- och vattenbyggnad samt byggnadsverk, 45260000 Takarbeten och andra byggarbeten som kräver specialkunskaper eller specialverktyg, 45300000 Byggnadsinstallationsarbeten, 45400000 Färdigställande byggnadsarbeten, 71200000 Arkitekttjänster, 71300000 Ingenjörstjänster, 71400000 Stadsplanering och landskapsvård, 71500000 Tjänster för bygg- och anläggningsarbeten
Sista ansökningsdag:
12 december 2025 13:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Turnkey contract Sunndal helsetun
Plats för tilldelning:
Sunndal kommune
Tilldelningsnummer:
25/02928

1. Buyer

1.1 Buyer

Official name : Sunndal kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Turnkey contract Sunndal helsetun
Description : The New Sunndal Helsetun shall be constructed on the existing health tunnel site at Sunndalsøra in Sunndal municipality. The new health centre shall have 64 institution places, 16 short-term places and 32 sheltered accommodation flats. The site is located just east of the city centre, by the church, north of national road 70. The project is divided into two construction stages, due to the simultaneous operation of the existing health centre. The project also includes institutional kitchen, canteen, physiotherapy and doctor, as well as the office area for the home care service and administration.
Procedure identifier : 4ca7193f-bb81-4208-82d6-6a5c132a1b3e
Internal identifier : 25/02928
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement is for the demolition of the existing health centre, detailed engineering design services and the complete delivery of all construction works to completed buildings, including outdoor works. Both the demolition and the construction of the new building are divided into two construction stages, both of the construction phases are part of the procurement.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45110000 Building demolition and wrecking work and earthmoving work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 45260000 Roof works and other special trade construction works
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45400000 Building completion work
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71500000 Construction-related services

2.1.2 Place of performance

Postal address : Ringvegen 13
Town : Sunndalsøra
Postcode : 6600
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : The contract includes both Ringvegen 13 and Ringvegen 15 and it shall be constructed right up to Ringvegen 17.

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act of 17. June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974. Parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1).

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Turnkey contract Sunndal helsetun
Description : The New Sunndal Helsetun shall be constructed on the existing health tunnel site at Sunndalsøra in Sunndal municipality. The new health centre shall have 64 institution places, 16 short-term places and 32 sheltered accommodation flats. The site is located just east of the city centre, by the church, north of national road 70. The project is divided into two construction stages, due to the simultaneous operation of the existing health centre. The project also includes institutional kitchen, canteen, physiotherapy and doctor, as well as the office area for the home care service and administration.
Internal identifier : 25/02928

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45110000 Building demolition and wrecking work and earthmoving work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 45260000 Roof works and other special trade construction works
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45400000 Building completion work
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71500000 Construction-related services
Quantity : 12 500 square metre
Options :
Description of the options : Option A: Expansion of the first floor with four additional resident rooms, connected to the short-term department on the second floor. Cost implications for construction in phase 2 must be included. Option B: Building A consists of four wings connected to a central core. Cost implications must be included for executing the wings with straight corridors of 1.8 m free width instead of sloped corridors. Option C: Cost implications for changing rounded outer corners at the end of each wing in Building A to angled corners. Option D: Cost implications for changing rounded inner corners between wings in Building A to angled corners. Option E: Alternative execution of canopies on the north side of the glass corridor between Building A and B. Canopies shall be mounted using hanging bars on walls and glass façade. Adjustments to façade profiles and steel reinforcements must be included. All exposed metal shall be painted in a freely chosen RAL colour. Option F: Cost implications for changing rounded internal walls to straight walls with angled corners. Construction shall match other internal walls. Option G: Cost implications for using industrial parquet flooring instead of laminate (Polyflot Ekspona Commercial or equivalent) in all common living rooms. Option H: Cost implications for changing the roof of Building A from sloped to flat. Drainage slope shall be handled in the insulation layer. The technical room in the attic shall be externally clad. Roofing shall be asphalt roll material. Internal downpipes shall be included. Option I: Alternative roofing for Building A with double-folded, fire-impregnated wooden roof (e.g., Talgø Concise or equivalent). The roof shall have a smooth, homogeneous surface with narrow joints. Colour and surface treatment are freely chosen. Electrical installations and under-roof structures are included. Option J: Groundwater measurements from June 2025 show levels below 5 m during a dry period. If long-term measurements confirm groundwater below basement level, a non-waterproof basement may be considered. Cost reduction for this and alternative execution with slab-on-ground, point foundations, and strip foundations shall be priced. Lift shafts must be executed with waterproof pits. Option K: All resident bathrooms are drawn at 6.4 m². The turnkey contractor shall price an option for redesigning all bathrooms. Option L: A two-sided natural stone wall with integrated wooden benches shall be established at the entrance area. The wall shall be built with a reinforced concrete core and a top plate glued with frost-resistant cement-based adhesive. Bench height shall not exceed 0.45 m. The same natural stone shall be used as a line element flush with the terrain to allow surface water to flow into vegetation areas. Option M: Zones shall be established with fully cast rubber fall surfaces that meet universal design (UU) requirements. Complete delivery of coverings is included. Thickness shall be adapted to the fall height of each apparatus. Fibre cloth shall be used if needed. Option N: Complete delivery of a flagpole including foundations and fasteners. The flagpole shall be 14 m high. Option O: Electric heating cables in door openings to prevent icing and ensure door functionality in winter. Heating cables in gutters and roof drains to prevent ice formation and sewage blockage. Option Q: The building may be equipped with solar panels for self-production on south- and west-facing roof areas.

5.1.2 Place of performance

Postal address : Ringvegen 13
Town : Sunndalsøra
Postcode : 6600
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : The contract includes both Ringvegen 13 and Ringvegen 15 and it shall be constructed right up to Ringvegen 17.

5.1.3 Estimated duration

Start date : 27/01/2026
Duration end date : 29/06/2029

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) : no

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Quality - Implementation competence
Description : Implementation competence
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 05/12/2025 13:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/267866767.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 tenders : 12/12/2025 13:00 +00:00
Deadline until which the tender must remain valid : 117 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : The contracting authority follows FOA § 23-5 (1) and (2).
Information about public opening :
Opening date : 12/12/2025 13:00 +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 : 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

5.1.16 Further information, mediation and review

Mediation organisation : Nordmøre og Romsdal tingrett
Review organisation : Nordmøre og Romsdal tingrett
Information about review deadlines : The waiting period expires 02.02.2026.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Nordmøre og Romsdal tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Nordmøre og Romsdal 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 : Nordmøre og Romsdal tingrett
Organisation providing additional information about the procurement procedure : Advansia AS
Organisation providing offline access to the procurement documents : Advansia AS
Organisation providing more information on the review procedures : Advansia AS
Organisation receiving requests to participate : Advansia AS
Organisation processing tenders : Advansia AS

8. Organisations

8.1 ORG-0001

Official name : Sunndal kommune
Registration number : 964981604
Postal address : Postboks 94
Town : SUNNDALSØRA
Postcode : 6601
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Sigbjørn Utne
Telephone : +47 71699000
Fax : +47 71699001
Roles of this organisation :
Buyer
Central purchasing body acquiring supplies and/or services intended for other buyers
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers

8.1 ORG-0002

Official name : Advansia AS
Registration number : 883889762
Department : Molde
Postal address : Øvre veg 24
Town : Molde
Postcode : 6415
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Ivar Sæter
Telephone : 91190207
Internet address : https://www.advansia.no/
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Nordmøre og Romsdal tingrett
Registration number : 935365120
Department : Molde
Postal address : Julsundvegen 9
Town : Molde
Postcode : 6412
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Nordmøre og Romsdal Tingrett
Telephone : 72 58 22 10
Roles of this organisation :
Review organisation
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 : f4789338-381c-4484-9555-0cdf3aaa9f85 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/10/2025 07:23 +00:00
Notice dispatch date (eSender) : 23/10/2025 07:24 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00704497-2025
OJ S issue number : 205/2025
Publication date : 24/10/2025