PARTNERING CONTRACTOR - NEW SIXTH FORM COLLEGE IN HOLMESTRAND MUNICIPALITY.

Vestfold county shall enter into a contract with a contractor for project development, engineering design services for and construction of a new sixth form college in Prestegårdsalleen in Holmestrand municipality after the co-location of the current Holmestrand Sixth Form College and Sande Sixth Form College. The County Council decided in …

CPV: 45000000 Trabajos de construcción, 45210000 Trabajos de construcción de inmuebles, 45214000 Trabajos de construcción de edificios relacionados con la enseñanza y la investigación, 45214500 Trabajos de construcción de edificios de enseñanza postescolar, 71000000 Servicios de arquitectura, construcción, ingeniería e inspección, 71200000 Servicios de arquitectura y servicios conexos
Lugar de ejecución:
PARTNERING CONTRACTOR - NEW SIXTH FORM COLLEGE IN HOLMESTRAND MUNICIPALITY.
Organismo adjudicador:
Vestfold fylkeskommune
Número de premio:
Anskaffelse-2025-27

1. Buyer

1.1 Buyer

Official name : Vestfold fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : PARTNERING CONTRACTOR - NEW SIXTH FORM COLLEGE IN HOLMESTRAND MUNICIPALITY.
Description : Vestfold county shall enter into a contract with a contractor for project development, engineering design services for and construction of a new sixth form college in Prestegårdsalleen in Holmestrand municipality after the co-location of the current Holmestrand Sixth Form College and Sande Sixth Form College. The County Council decided in a meeting 18 December 2024 case 169/24 that the project shall be carried out as a turnkey contract with interaction as an execution model based on NS 8407:2011 General contract terms for turnkey contracts (hereafter NS 8407). The project is divided into two phases, respectively the Development phase (Phase 1) and the Implementation phase (Phase 2). A contract shall be signed with one tenderer for the assignment.
Procedure identifier : 5d79233a-9637-4245-93dd-8ccc671e2986
Internal identifier : Anskaffelse-2025-27
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 : See Part I Competition Description.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45214000 Construction work for buildings relating to education and research
Additional classification ( cpv ): 45214500 Construction work for buildings of further education
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services

2.1.2 Place of performance

Postal address : Prestegårdsalleen 35
Town : Sande
Postcode : 3070
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Additional information : The new co-located school will be located at Prestegårdsalléen, connected to the former Sande Town Hall, a 10-15 minute walk from the centre of Sande. The old Town Hall site in Sande is owned by Holmestrand municipality and currently houses an administration building, a health station and four smaller municipal residences.

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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?
Purely national exclusion grounds : The following rejection reasons in the Utilities Regulations § 20-2 are purely national rejection reasons that tenderers shall respond to: • 20-2 (2). This provision states that the contracting authority can reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a writy for the stated punishable conditions. The requirement that the contracting authority can reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. • 20-2 (3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : PARTNERING CONTRACTOR - NEW SIXTH FORM COLLEGE IN HOLMESTRAND MUNICIPALITY.
Description : Vestfold county shall enter into a contract with a contractor for project development, engineering design services for and construction of a new sixth form college in Prestegårdsalleen in Holmestrand municipality after the co-location of the current Holmestrand Sixth Form College and Sande Sixth Form College. The County Council decided in a meeting 18 December 2024 case 169/24 that the project shall be carried out as a turnkey contract with interaction as an execution model based on NS 8407:2011 General contract terms for turnkey contracts (hereafter NS 8407). The project is divided into two phases, respectively the Development phase (Phase 1) and the Implementation phase (Phase 2). A contract shall be signed with one tenderer for the assignment.
Internal identifier : Anskaffelse-2025-27

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45214000 Construction work for buildings relating to education and research
Additional classification ( cpv ): 45214500 Construction work for buildings of further education
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services

5.1.2 Place of performance

Postal address : Prestegårdsalleen 35
Town : Sande
Postcode : 3070
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Additional information : The new co-located school will be located at Prestegårdsalléen, connected to the former Sande Town Hall, a 10-15 minute walk from the centre of Sande. The old Town Hall site in Sande is owned by Holmestrand municipality and currently houses an administration building, a health station and four smaller municipal residences.

5.1.3 Estimated duration

Duration : 4 Year

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
Information about previous notices :
Identifier of the previous notice : 118682-2024

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers shall have good financial and economic capacity.
Description : Documentation requirement: The tenderer's Annual Financial Statements, Annual Report, Income Statement, Balance Sheet, Notes and Audit Report for 2022 and 2023, as well as the provisional accounts for 2024 and a credit rating. The contracting authority will carry out a credit rating from Experian or equivalent. Information on economic conditions or losses which are not documented in other places and which require documentation in accordance with Norwegian and/or international accounting standards.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall have their tax and VAT payments in order.
Description : Documentation requirement: Tax and VAT certificate. The certificate shall not be issued more than six months prior to the deadline for requests.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall be a legally established company.
Description : Documentation requirement: Norwegian tenderers will obtain a company registration certificate from the Brønnøysund Register Centre. Foreign tenderers: confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer/contractor company shall have experience from relevant assignments.
Description : Documentation requirement: The contractor company shall provide information on the five most important relevant reference projects and these shall not be older than ten years.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Tenderers shall connect with an architect who has experience from relevant assignments.
Description : Documentation requirement: Architect shall provide information on the five most important relevant reference projects, which shall not be older than ten years.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a documented quality management system.
Description : Documentation requirement: A description of the tenderer ́s quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a documented environmental management system.
Description : Documentation requirement: A description of the tenderer's environment system. If a tenderer is certified by a public certification body (EMAS, Miljøfyrtårn, ISO 14001, or other recognised environmental management system/standard), it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a documented system for safeguarding sha and HSE requirements.
Description : Documentation requirement: An account of the tenderer's health, environment and safety policy, as well as a copy of the table of contents. It must be in the table of contents that the system will comply with the requirements in the Internal Control Regulations. Please note that the HSE self-declaration is not sufficient documentation to prove that the requirement is met. If a tenderer is certified in accordance with ISO 45001 (OHSAS18001) or equivalent HSE system certification, it is sufficient to submit a copy of a valid certificate.
Use of this criterion : Used
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
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See Part I Competition Description.
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Professional competence and experience of key personnel.
Description : See Part I Competition Description.
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Relational competence of the project team as a whole and the individual key persons.
Description : See Part I Competition Description.
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Assignment comprehension
Description : See Part I Competition Description.
Weight (percentage, exact) : 25
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=53135

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 20/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 05/05/2025 12:00 +00:00
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 : In accordance with the procurement regulations.
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
Information about review deadlines : See Part I Competition Description.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Vestfold tingrett
Organisation providing additional information about the procurement procedure : Vestfold fylkeskommune
Organisation providing offline access to the procurement documents : Vestfold fylkeskommune
Organisation receiving requests to participate : Vestfold fylkeskommune
Organisation processing tenders : Vestfold fylkeskommune

8. Organisations

8.1 ORG-0001

Official name : Vestfold fylkeskommune
Registration number : 929882385
Department : Ekstern bistand
Postal address : Svend Foyns gate 9
Town : TØNSBERG
Postcode : 3126
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Contact point : Erik Førde
Telephone : +47
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 : Vestfold tingrett
Registration number : 926 723 618
Postal address : Postboks 2013
Town : Tønsberg
Postcode : 3103
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Telephone : 33 20 67 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 54d1a542-e0e0-421a-9b80-7bfc0e8e0abe - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/04/2025 09:15 +00:00
Notice dispatch date (eSender) : 02/04/2025 09:15 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00214402-2025
OJ S issue number : 66/2025
Publication date : 03/04/2025