323394-2026 - Competition
Norway – Architectural, construction, engineering and inspection services – Preliminary study and preliminary project for the renovation of Odda children ́s school.
OJ S 91/2026 12/05/2026
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official nameULLENSVANG KOMMUNE
Emailmari.severinsen@ullensvang.kommune.no
Legal type of the buyerBody governed by public law, controlled by a local authority
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitlePreliminary study and preliminary project for the renovation of Odda children ́s school.
DescriptionThe contracting authority invites tenderers to an open tender contest for a preliminary study and preliminary project for the renovation of Odda barneskule. The contracting authority ́s description of the delivery is in Annex 1 - Part II Competition Description.
Procedure identifierff26b3bc-657c-4002-ae8e-50dcd8ef637a
Internal identifier26/1950
Type of procedureOpen
The procedure is acceleratedno
Main features of the procedureThe contracting authority invites tenderers to an open tender contest for a preliminary study and preliminary project for the renovation of Odda barneskule. The contracting authority ́s description of the delivery is in Annex 1 - Part II Competition Description.
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 71000000 Architectural, construction, engineering and inspection services
Additional classification (cpv): 71240000 Architectural, engineering and planning services, 71300000 Engineering services, 71310000 Consultative engineering and construction services, 71311000 Civil engineering consultancy services, 71320000 Engineering design services, 71500000 Construction-related services
2.1.2.
Place of performance
Country subdivision (NUTS)Vestland (NO0A2)
CountryNorway
2.1.3.
Value
Estimated value excluding VAT6 000 000,00 NOK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
Anskaffelsesforskriften - The competition will be held in accordance with the Public Procurement Act of 17. June 2016 no. 73 (LOA) and the public procurement regulations of 18 June 2016. August 2016 no. 974 (FOA). Parts I and part III of the regulations apply for this procurement. The competition will be held as an open tender contest, cf. the Public Procurement Regulations § 13-1.
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionEuropean Single Procurement Document (ESPD)NoticeProcurement Document
CorruptionIs 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.
FraudIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financingIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisationIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activitiesIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beingsIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of social lawIs the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competitionHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconductHas the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents or obtained confidential information of this procedureHave 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 procedureAre tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Early termination, damages, or other comparable sanctionsHas the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion groundsThe contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributionsHave tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxesHas the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspendedSpecify 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.
BankruptcyIs the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditorsIs 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.
Assets being administered by liquidatorSpecify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national lawIs the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
5. Lot
5.1.
LotLOT-0000
TitlePreliminary study and preliminary project for the renovation of Odda children ́s school.
DescriptionThe contracting authority invites tenderers to an open tender contest for a preliminary study and preliminary project for the renovation of Odda barneskule. The contracting authority ́s description of the delivery is in Annex 1 - Part II Competition Description.
Internal identifier26/1950
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 71000000 Architectural, construction, engineering and inspection services
Additional classification (cpv): 71240000 Architectural, engineering and planning services, 71300000 Engineering services, 71310000 Consultative engineering and construction services, 71311000 Civil engineering consultancy services, 71320000 Engineering design services, 71500000 Construction-related services
5.1.2.
Place of performance
Country subdivision (NUTS)Vestland (NO0A2)
CountryNorway
5.1.3.
Estimated duration
Start date06/07/2026
Duration end date31/12/2027
5.1.5.
Value
Estimated value excluding VAT6 000 000,00 NOK
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
Sources of selection criteriaEuropean Single Procurement Document (ESPD)Procurement DocumentNotice
CriterionEnrolment in a relevant professional register
Description of selection criterionTenderers 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. Minimum qualification requirements The tenderer shall be a legally established company. Documented by enclosing a Company Registration Certificate.
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableNorwegian
Deadline for requesting additional information05/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Address of the procurement documentshttps://permalink.mercell.com/283164478.aspx
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://permalink.mercell.com/283164478.aspx
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
VariantsNot allowed
Deadline for receipt of tenders12/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid3 Months
Information about public opening
Opening date12/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedyes
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationHardanger og Voss tingrett
Information about review deadlines: The appeals deadline will be disclosed after the award of contract.
Organisation providing more information on the review proceduresHardanger og Voss tingrett
8. Organisations
8.1.
ORG-0001
Official nameULLENSVANG KOMMUNE
Registration number920500633
Postal addressOpheimsgata 31
TownODDA
Postcode5750
Country subdivision (NUTS)Vestland (NO0A2)
CountryNorway
Contact pointMari Aartun Severinsen
Emailmari.severinsen@ullensvang.kommune.no
Telephone+47 536540000
Roles of this organisation
Buyer
8.1.
ORG-0002
Official nameHardanger og Voss tingrett
Registration number935364868
TownLofthus
Postcode5787
Country subdivision (NUTS)Vestland (NO0A2)
CountryNorway
Roles of this organisation
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version4d8613ad-0535-4d1f-85d5-e4cd19ff864b  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date11/05/2026 08:00:53 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)11/05/2026 09:23:00 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number323394-2026
OJ S issue number91/2026
Publication date12/05/2026