Procurement of a Turnkey contract with interaction for the project New Radiation Centre Telemark Department Skien, on behalf of Helse Sør-Øst RHF

The project New Radiation Centre Telemark is an important project in the development of treatment capacity in the region. The contract is for the development and construction of a new building for radiotherapy for The Telemark Hospital, Department Skien. The project is a part of the overall project Project Standardisation …

CPV: 45215140 Haiglarajatiste ehitustööd, 42500000 Jahutus- ja ventilatsiooniseadmed, 44162000 Torustik, 44163000 Torud ja liitmikud, 45311000 Elektrijuhtmete ja -seadmete paigaldustööd, 45316000 Valgustus- ja signalisatsioonisüsteemide paigaldamine, 71530000 Ehitusnõustamisteenused
Täitmise koht:
Procurement of a Turnkey contract with interaction for the project New Radiation Centre Telemark Department Skien, on behalf of Helse Sør-Øst RHF
Auhindade andmise asutus:
Sykehusbygg HF
Auhinna number:
Omega prosjektarkiv

1. Buyer

1.1 Buyer

Official name : Sykehusbygg HF
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Procurement of a Turnkey contract with interaction for the project New Radiation Centre Telemark Department Skien, on behalf of Helse Sør-Øst RHF
Description : The project New Radiation Centre Telemark is an important project in the development of treatment capacity in the region. The contract is for the development and construction of a new building for radiotherapy for The Telemark Hospital, Department Skien. The project is a part of the overall project Project Standardisation Radiotherapy managed by HSØ. This means that the system that is prepared in this project shall also be able to be used in future radiotherapy projects at other locations.
Procedure identifier : 8af87f8b-3543-4ddf-b0b0-43b7d2d30b19
Internal identifier : Omega prosjektarkiv
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 : The procurement is for the procurement of a turnkey contractor for the construction of a radiotherapy centre at Telemark Hospital, Department Skien. The builder shall, parallel to this procurement, hold a competition for the procurement of an engineering design group. Helse Sør-Øst RHF has engaged Sykehusbygg HF to safeguard the project management for the project. This procurement will be carried out by Sykehusbygg HF on behalf of Helse Sør-Øst RHF (builder). The contracts shall be executed as a turnkey contract with interaction. The aim of the procurement is to: connect with a turnkey contractor to use the resources that, based on their specific knowledge and experience, have the best prerequisites to solve the project ́s unique needs and objectives clarify the financial prerequisites so that the tenderer shall assist the builder with his assignment, including hourly rates and mark-ups.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45215140 Hospital facilities construction work
Additional classification ( cpv ): 42500000 Cooling and ventilation equipment
Additional classification ( cpv ): 44162000 Piping
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 45311000 Electrical wiring and fitting work
Additional classification ( cpv ): 45316000 Installation work of illumination and signalling systems
Additional classification ( cpv ): 71530000 Construction consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Additional information : Skien, Telemark

2.1.4 General information

Additional information : See the attached tender documentation Part I (zipfil) and Part II (zip file).
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 : 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?
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?
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 : Procurement of a Turnkey contract with interaction for the project New Radiation Centre Telemark Department Skien, on behalf of Helse Sør-Øst RHF
Description : The project New Radiation Centre Telemark is an important project in the development of treatment capacity in the region. The contract is for the development and construction of a new building for radiotherapy for The Telemark Hospital, Department Skien. The project is a part of the overall project Project Standardisation Radiotherapy managed by HSØ. This means that the system that is prepared in this project shall also be able to be used in future radiotherapy projects at other locations.
Internal identifier : Omega prosjektarkiv

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45215140 Hospital facilities construction work
Additional classification ( cpv ): 42500000 Cooling and ventilation equipment
Additional classification ( cpv ): 44162000 Piping
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 45311000 Electrical wiring and fitting work
Additional classification ( cpv ): 45316000 Installation work of illumination and signalling systems
Additional classification ( cpv ): 71530000 Construction consultancy services
Options :
Description of the options : There are the following options connected to the contract work: • Connection to the existing buildings • Additional work after the hand over • Transport of the builder ́s engineering design group • The execution of the radiotherapy project location 2

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Additional information : Skien, Telemark

5.1.3 Estimated duration

Start date : 30/09/2025
Duration end date : 01/10/2028

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
Additional information : See the attached tender documentation Part I (zipfil) and Part II (zip file).

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Sykehusbygg Health Trust has environmental requirements and environmental targets for all projects, cf. Sykehusbygg's Standard for climate and environment in hospital projects. This means that environmental requirements and environmental goals have been set for the project, which is detailed in Annex D2.3. Environmental programme. This is a procurement of a turnkey contract with interaction for a new radiation centre in Telemark, Helse Sør-Øst RHF. According to § 7-9 fourth section of the Public Procurement Regulations, the award criterion can be replaced by climate and environmental requirements, where this clearly improves the climate and environmental effect. Sykehusbygg ́s assessment is that we, for this procurement, will use the exclusion provisions in PPR § 7-9 fourth paragraph. The climate and environmental requirements prepared for this procurement are considered to have a clearly better climate and environmental effect than the use of the award criteria. The assessments are based on what constitutes the climate and environmental impact of the construction project and analyses carried out in the draft project, which aims to identify optimal measures to reduce the climate and environmental impact. This is further justified below. The climate and environmental impact in this project is particularly connected to greenhouse gas emissions and energy use in operation. Main measures for reducing climate and environmental impact are primarily related to: . . Reduce CO2 emissions from materials . Reduce energy use in the operation of the building . Waste management requirements and minimise the amount of waste . Requirements for circular economy . The lowest possible environmental impact from the construction site Based on the experience figures that Sykehusbygg HF has, it is a requirement to reduce CO2 emissions from all materials added by 40% in relation to a reference value. As there is not a reference value for CO₂ equivalents for this type of building, it must be determined in cooperation with the consultancy group and RIM. Concrete makes up the largest emission source, so alternative solutions such as low carbon concrete should be considered. If the target of 40% reduction cannot be achieved despite optimisation measures, the radiation treatment part of the building can be exempted from the calculations. Nevertheless, this part should be built with a focus on minimising emissions. This is a requirement that is on par with construction projects of similar complexity with the lowest emission from materials. Building waste shall be reduced and not to exceed 25 kg per building square meter. A minimum of 95% shall be source sorted. Furthermore, the aim is that real energy consumption shall be reduced by 25% from a reference building that is an energy character of A, hospital area 175 kWh/m2, "Sykehjemsareal" 145 kWh/m2. One of the main aims of the preliminary project that the turnkey contractor shall be involved in is to optimise the building to be material efficient and energy efficient. The aim is, therefore, an area efficient and energy efficient building. By following the main rule in PPR § 7-9, the project risks ending up with a winning offer with poorer safeguarding for environmental considerations than what is now stated as a requirement in the tender documentation. If so, it is clear that using the requirements stated in the requirement specifications provides better climate and environmental effect than using environmental considerations as the award criteria.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
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 contractual obligations. See the minimum requirements in the attached document Part I. Minimum requirements for the qualification requirements.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : The tenderer's quality assurance standards and environmental management standards.
Description : Tenderers shall have a good and well functioning quality assurance system. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer's quality assurance standards and environmental management standards.
Description : Tenderers shall have sufficient relevant environmental competence, systems and routines to ensure that the service is carried out in an environmentally correct manner and in accordance with environmentally relevant requirements in public law provisions and the contract. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer's quality assurance standards and environmental management standards.
Description : Tenderers shall have an HSE management system. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer's quality assurance standards and environmental management standards.
Description : Tenderers shall have incorporated routines for risk management in their projects. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration
Description : The tenderer shall be a legally established company.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for building and construction works:
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For public building and construction work, technical personnel or units that shall carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : As a turnkey contractor, the tenderer must have experience with at least three similar assignments in the last ten years. See the attached document Part I. Minimum qualification requirements for minimum requirements and deepening.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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 : 4
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 : Cost
Name : Price
Description : See the attached Tender Documentation (Part I)
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : 2. Competence and experience
Description : See the attached Tender Documentation (Part I)
Weight (percentage, exact) : 60
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 : 09/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254041550.aspx
Ad hoc communication channel :
Name : Mercell

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 23/05/2025
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
Description of the financial guarantee : See the attached tender documentation including the contract documentation (Part II).
Deadline for receipt of requests to participate : 16/05/2025 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
Information about review deadlines : See the attached Tender Documentation Part I.

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 : Østre Innlandet Tingrett Hamar
Organisation providing additional information about the procurement procedure : Sykehusbygg HF
Organisation providing offline access to the procurement documents : Sykehusbygg HF
Organisation receiving requests to participate : Sykehusbygg HF
Organisation processing tenders : Sykehusbygg HF

8. Organisations

8.1 ORG-0001

Official name : Sykehusbygg HF
Registration number : 814630722
Postal address : Holtermanns veg 3
Town : TRONDHEIM
Postcode : 7030
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Contact point : Lillian Slåtsve
Telephone : 93009644
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 : Østre Innlandet Tingrett Hamar
Registration number : 926723669
Town : Hamar
Country : Norway
Telephone : 62 78 27 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 4f044656-d17f-4807-896f-5aa6f136f544 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/04/2025 10:09 +00:00
Notice dispatch date (eSender) : 07/04/2025 10:35 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00225552-2025
OJ S issue number : 69/2025
Publication date : 08/04/2025