Strand sixth form college - Turnkey contractor for sports buildings and outdoor infrastructure

Rogaland County, c/o the Building and Property Department, hereafter also called the Contracting Authority, invites tenderers to an open tender contest for the procurement of a turnkey contractor for the detailed engineering design services for and the construction of a new teaching building, as well as the outdoors and roads …

CPV: 45000000 Construction work, 45200000 Works for complete or part construction and civil engineering work, 45214500 Construction work for buildings of further education, 45220000 Engineering works and construction works, 45222000 Construction work for engineering works except bridges, tunnels, shafts and subways, 71000000 Architectural, construction, engineering and inspection services, 71300000 Engineering services, 71320000 Engineering design services
Deadline:
April 8, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Strand sixth form college - Turnkey contractor for sports buildings and outdoor infrastructure
Awarding body:
Rogaland fylkeskommune
Award number:
2025/19613

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Strand sixth form college - Turnkey contractor for sports buildings and outdoor infrastructure
Description : Rogaland County, c/o the Building and Property Department, hereafter also called the Contracting Authority, invites tenderers to an open tender contest for the procurement of a turnkey contractor for the detailed engineering design services for and the construction of a new teaching building, as well as the outdoors and roads at Strand sixth form college.
Procedure identifier : 077c3585-90bd-4aae-87fa-52db3a59edb0
Internal identifier : 2025/19613
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45214500 Construction work for buildings of further education
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 45222000 Construction work for engineering works except bridges, tunnels, shafts and subways
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71320000 Engineering design services

2.1.2 Place of performance

Postal address : Ryfylkeveien 1991
Town : Jørpeland
Postcode : 4120
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

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 : 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?
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 : Strand sixth form college - Turnkey contractor for sports buildings and outdoor infrastructure
Description : Rogaland County, c/o the Building and Property Department, hereafter also called the Contracting Authority, invites tenderers to an open tender contest for the procurement of a turnkey contractor for the detailed engineering design services for and the construction of a new teaching building, as well as the outdoors and roads at Strand sixth form college.
Internal identifier : 2025/19613

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45214500 Construction work for buildings of further education
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 45222000 Construction work for engineering works except bridges, tunnels, shafts and subways
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71320000 Engineering design services

5.1.2 Place of performance

Postal address : Ryfylkeveien 1991
Town : Jørpeland
Postcode : 4120
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/05/2025
Duration end date : 04/08/2026

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial capacity
Description : Demand: Tenderers must have sufficient financial capacity to carry out the assignment. o For each of the last two full fiscal years (2022 and 2023) have documented turnover on minimum NOK 200 million. o Tenderers shall, as a minimum, be credit worthy.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Demand: Tenderers shall be a legally established company, or consist of a community of suppliers who are legally established companies.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Demand: Tenderers shall have experience from contracts of a relevant nature, scope or complexity. Including experience with: • Tenderers shall have experience with relevant turnkey contracts. • Tenderers shall have completed a project with environmental requirements such as Breeam NOR certified buildings, WELL certified buildings, the Swan Ecolabel, Solid wood, Passive house, low energy or energy labelling A of equivalent complexity.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer's capacity
Description : Demand: The tenderer must have the capacity to carry out the assignment.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Demand: The tenderer must have the capacity to carry out the assignment.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management system
Description : Demand: Tenderers shall have a satisfactory environmental management system suited to the assignment/delivery.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description :
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name :
Description :
Weight (percentage, exact) : 30
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

Deadline for requesting additional information : 01/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=46593

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 08/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 90 Day
Information about public opening :
Opening date : 08/04/2025 10:01 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett

8. Organisations

8.1 ORG-0001

Official name : Rogaland fylkeskommune
Registration number : 971 045 698
Department : Faggruppe anskaffelser
Postal address : Ankerkvartalet, Haakon VIIs gate 9
Town : Stavanger
Postcode : 4005
Country : Norway
Contact point : Helge Førland
Telephone : +47 51516600
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Postal address : Postboks 159
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 839c3bda-3218-4f60-b399-9c982c5aadc3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/02/2025 08:45 +00:00
Notice dispatch date (eSender) : 24/02/2025 08:45 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00124097-2025
OJ S issue number : 39/2025
Publication date : 25/02/2025