Turnkey contract for the further development of Solhaug

The procurement concerns the further development and alterations to Solhaug welfare centre. The existing building shall be reused to the greatest possible degree. The project shall be carried out without major intervention in the supporting construction or facade/climate shell. The current flats on the 1st to 4th floors shall continue …

CPV: 45215210 Trabajos de construcción de centros de acogida, 45000000 Trabajos de construcción, 45215221 Trabajos de construcción de centros de día
Plazo:
7 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Turnkey contract for the further development of Solhaug
Organismo adjudicador:
Arendal kommune
Número de premio:
25/5107

1. Buyer

1.1 Buyer

Official name : Arendal kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Turnkey contract for the further development of Solhaug
Description : The procurement concerns the further development and alterations to Solhaug welfare centre. The existing building shall be reused to the greatest possible degree. The project shall be carried out without major intervention in the supporting construction or facade/climate shell. The current flats on the 1st to 4th floors shall continue to be in use throughout the entire construction period. Technical installations and infrastructure that must be able to function during the construction period and be integrated in the new flats. On the 5th, 6th and 7th floors, 26 residential units shall be realised that take care of Husbanken's design requirements, as well as the common area on each floor, and stores and laundry rooms on the 6th and 7th floors. On the 5th floor areas shall be expanded to a day centre with several activity rooms, offices, toilets, resting rooms, dining room and reception kitchen with the accompanying area. Changes shall be made on the 4th floor in order to fulfil the Planning and Building Act ́s requirements for the shed. Area to the personnel base and a rental dorm room with toilet on the 4th floor is also set aside. The procurement will be carried out as a turnkey contract in accordance with NS8407, based on a fixed price. The final completion of all works shall be carried out by 2026. See the requirement specifications for a comprehensive description of the delivery.
Procedure identifier : ea11923c-b96d-4662-956c-f99e910591af
Internal identifier : 25/5107
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45215210 Construction work for subsidised residential accommodation
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45215221 Daycare centre construction work

2.1.2 Place of performance

Postal address : Gamle Songevei 14
Town : Arendal
Postcode : 4841
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : A site inspection is planned 3 weeks before the tender deadline. The planned date is 13.03.2025 Ref. frames in the KGV. Registration is to be sent to the project manager Håvard Stø by email havard.sto@arendal.kommune.no within 2 days of the planned site inspection.

2.1.3 Value

Estimated value excluding VAT : 80 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 : 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?
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 : Turnkey contract for the further development of Solhaug
Description : The procurement concerns the further development and alterations to Solhaug welfare centre. The existing building shall be reused to the greatest possible degree. The project shall be carried out without major intervention in the supporting construction or facade/climate shell. The current flats on the 1st to 4th floors shall continue to be in use throughout the entire construction period. Technical installations and infrastructure that must be able to function during the construction period and be integrated in the new flats. On the 5th, 6th and 7th floors, 26 residential units shall be realised that take care of Husbanken's design requirements, as well as the common area on each floor, and stores and laundry rooms on the 6th and 7th floors. On the 5th floor areas shall be expanded to a day centre with several activity rooms, offices, toilets, resting rooms, dining room and reception kitchen with the accompanying area. Changes shall be made on the 4th floor in order to fulfil the Planning and Building Act ́s requirements for the shed. Area to the personnel base and a rental dorm room with toilet on the 4th floor is also set aside. The procurement will be carried out as a turnkey contract in accordance with NS8407, based on a fixed price. The final completion of all works shall be carried out by 2026. See the requirement specifications for a comprehensive description of the delivery.
Internal identifier : 25/5107

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45215210 Construction work for subsidised residential accommodation
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45215221 Daycare centre construction work

5.1.2 Place of performance

Postal address : Gamle Songevei 14
Town : Arendal
Postcode : 4841
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : A site inspection is planned 3 weeks before the tender deadline. The planned date is 13.03.2025 Ref. frames in the KGV. Registration is to be sent to the project manager Håvard Stø by email havard.sto@arendal.kommune.no within 2 days of the planned site inspection.

5.1.3 Estimated duration

Start date : 01/05/2025
Duration end date : 31/12/2026

5.1.5 Value

Estimated value excluding VAT : 80 000 000 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) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial capacity
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Norwegian tenderers must have their tax, payroll tax and VAT payments in order. The turnkey contractor shall equivalently require a tax certificate from all sub-contractors when contracts are signed for the assignment, exceeding the value of NOK 500,000 excluding VAT Documentation • Norwegian companies: Company Registration Certificate • Foreign companies: Proof that the company is registered in a company register, professional register or a commerce register in the state where the tenderer is established. • Tax certificate for sub-suppliers with a contract value of NOK 500,000 excluding VAT, shall be documented upon request from the contracting authority.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration
Description : Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate • Foreign companies: Proof that the company is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience
Description : Tenderers shall have experience from comparable contracts. Comparable contracts means experience as a turnkey contractor and comparable project implementations in relation to scope and complexity. Description of the tenderer's two most relevant contracts in the course of the last 5 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Tenderers shall have a quality assurance system suitable for the delivery ́s complexity, risk and aims. E.g. to ensure that the project will achieve grants and basic loans from Husbanken. Documentation: 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 : Environmental management
Description : Tenderers shall have a proven relationship to how their company influences the environment. Tenderers shall have environmental management measures adapted to the delivery ́s environmental objectives, environmental properties, complexity and risk. Documentation requirement: A description of the tenderer's environmental management measures. If a tenderer is certified in accordance with ISO 14001, EMAS or Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate provided that the environmental management measures are covered by the certification scheme.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Price
Description : The basis for evaluating the price is the sum of: • All the offered items included in the price form, including options. • The contractor ́s tender for the Builder ́s stipulated extent of the bill works.
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Climate and environmental considerations
Description : This building and site procurement follows the rules in the procurement regulations (FOA) part III. The main rule from 01.01.2024 is that climate and environmental considerations shall be weighted with a minimum of 30% . However, it is stated in the Public Procurement Regulations §7-9(4) that the contracting authority can replace climate and environmental considerations in the award criteria with climate and environmental requirements in the requirement specifications, if it is clear that this provides a better climate and environmental effect. For this procurement, the contracting authority has chosen to set a number of requirements in the specifications that directly contribute to reducing the procurement's total climate footprint or environmental impact, and that a contractor risks opting out if it is not made mandatory for execution. In addition to the minimum requirements, the environment is weighted with 20% as the award criteria in the competition. Environmental requirement 1 - sorting degree waste Environmental requirement 2 - Emission of Co2 from selected building materials. Such a combined use of the award criteria and minimum requirements was accepted by the cofa in case 2024/639 because this would give a better climate effect than just using the award criteria. We consider that the combination of environmental requirements as the minimum requirement, held together with an award criterion on the environment of 20%, gives a better climate and environmental effect than applying the relevant requirements as the award criteria with 30% weighting.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Assignment comprehension
Description : Tenderers shall provide assignment comprehension for the execution of the assignment in particular as regards the complexity of the construction site in a building with residents, HSE and the general guidelines that form the basis. The description shall, among other things, deal with the implementation with as few disruptions as possible for the residents, employees, visitors, neighbours and other actors. The description shall also take all risks in the project into account and what risk reducing measures the tenderer plans to implement.
Weight (percentage, exact) : 10
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

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
Deadline for receipt of tenders : 07/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 07/04/2025 10:00 +00:00
Place : EU Supply
Additional information : There will be no public opening of tenders
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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Agder tingrett

8. Organisations

8.1 ORG-0001

Official name : Arendal kommune
Registration number : 940 493 021
Postal address : Arendal kommune
Town : Grimstad
Postcode : 4891
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Marie Thorstensen
Telephone : +47 98644060
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926 723 480
Town : Kristiansand
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 38176300
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 0067041f-e93a-49d7-a159-5ba7a6e92ea5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/02/2025 20:49 +00:00
Notice dispatch date (eSender) : 28/02/2025 21:02 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00142276-2025
OJ S issue number : 44/2025
Publication date : 04/03/2025