Engineering design services for and construction of the new Hommersåk school

Sandnes municipality, c/o Sandnes eiendom, invites tenderers to a competition for the engineering design services for and the construction of the new Hommersåk school with a sports hall. The contract work mainly includes detailed engineering design services for, construction and trial operation of a new primary school and large sports …

CPV: 45000000 Trabajos de construcción, 39200000 Complementos de mobiliario, 45111100 Trabajos de demolición, 45112400 Trabajos de excavación, 45210000 Trabajos de construcción de inmuebles, 45212200 Trabajos de construcción de instalaciones deportivas, 45214200 Trabajos de construcción de edificios escolares, 45214210 Trabajos de construcción de centros de enseñanza primaria, 71311000 Servicios de consultoría en ingeniería civil, 71320000 Servicios de diseño técnico, 71421000 Servicios de jardinería paisajística
Lugar de ejecución:
Engineering design services for and construction of the new Hommersåk school
Organismo adjudicador:
Sandnes kommune
Número de premio:
23/01827

1. Buyer

1.1 Buyer

Official name : Sandnes kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Engineering design services for and construction of the new Hommersåk school
Description : Sandnes municipality, c/o Sandnes eiendom, invites tenderers to a competition for the engineering design services for and the construction of the new Hommersåk school with a sports hall. The contract work mainly includes detailed engineering design services for, construction and trial operation of a new primary school and large sports hall, demolition of the existing building (Atleten and shelters), development of the outside area and delivery and assembly of permanent fixtures. The primary school shall be a five parallel primary school for 1st - 7th years (B35), with a total of 980 pupils and 115 employees of 11,050 m2, and ready to start school in August 2028. A sports hall below the ground shall be constructed in connection with the school, with associated changing rooms/common areas and an activity room of 3,000 m2 gross. The execution model for the project has been developed as a builder developed turnkey contract in accordance with NS 8407, with a draft/preliminary project. The start-up of the project is after the contract has been signed. The turnkey contractor shall have the capacity to complete the contract works at the latest by 19 May 2028 (the final deadline). See the tender documentation for further details on the project.
Procedure identifier : 5e6e6941-c23f-48bc-9ec9-588d73360e2d
Internal identifier : 23/01827
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 : Negotiated procedure above the EEA threshold (two steps)

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 39200000 Furnishing
Additional classification ( cpv ): 45111100 Demolition work
Additional classification ( cpv ): 45112400 Excavating work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45212200 Construction work for sports facilities
Additional classification ( cpv ): 45214200 Construction work for school buildings
Additional classification ( cpv ): 45214210 Primary school construction work
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71421000 Landscape gardening services

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : The construction site is Gnr. 102 title no. 89 in Hommersåk.

2.1.3 Value

Estimated value excluding VAT : 540 000 000 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 : Engineering design services for and construction of the new Hommersåk school
Description : Sandnes municipality, c/o Sandnes eiendom, invites tenderers to a competition for the engineering design services for and the construction of the new Hommersåk school with a sports hall. The contract work mainly includes detailed engineering design services for, construction and trial operation of a new primary school and large sports hall, demolition of the existing building (Atleten and shelters), development of the outside area and delivery and assembly of permanent fixtures. The primary school shall be a five parallel primary school for 1st - 7th years (B35), with a total of 980 pupils and 115 employees of 11,050 m2, and ready to start school in August 2028. A sports hall below the ground shall be constructed in connection with the school, with associated changing rooms/common areas and an activity room of 3,000 m2 gross. The execution model for the project has been developed as a builder developed turnkey contract in accordance with NS 8407, with a draft/preliminary project. The start-up of the project is after the contract has been signed. The turnkey contractor shall have the capacity to complete the contract works at the latest by 19 May 2028 (the final deadline). See the tender documentation for further details on the project.
Internal identifier : 23/01827

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 39200000 Furnishing
Additional classification ( cpv ): 45111100 Demolition work
Additional classification ( cpv ): 45112400 Excavating work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45212200 Construction work for sports facilities
Additional classification ( cpv ): 45214200 Construction work for school buildings
Additional classification ( cpv ): 45214210 Primary school construction work
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71421000 Landscape gardening services
Options :
Description of the options : See the tender documentation

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : The construction site is Gnr. 102 title no. 89 in Hommersåk.

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 540 000 000 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
Information about previous notices :
Identifier of the previous notice : 00217-2025

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Requirements connected to the tenderer's economic and financial capacity.
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy and have a minimum of NOK. NOK 800 million in operational income for the last available financial year. Documentation, in accordance with the tender documentation.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration
Description : The tenderer shall be a legally established company. Documentation, in accordance with the tender documentation.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The certificate must not be more than 6 months old.
Description : Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence. Documentation, in accordance with the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirement of the tenderer's experience
Description : Tenderers shall have experience as a turnkey contractor from at least three relevant assignments that he has carried out and completed in the last 10 years, regarding construction contracts of comparable complexity as described in the tender documentation. Documentation, in accordance with the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements of the tenderers ́ capacity and implementation ability.
Description : Tenderers shall have sufficient capacity and implementation ability to fulfil the contract as described in the tender documentation. Documentation, in accordance with the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirement for a quality assurance system.
Description : Tenderers shall have a quality assurance system suited to the delivery ́s complexity, risk and aims. Documentation, in accordance with the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management system requirements
Description : Tenderers shall have an environmental management system adapted to the delivery's environmental properties, complexity and risk. Documentation, in accordance with the tender documentation.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3

5.1.11 Procurement documents

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 06/05/2025 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

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 : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country : Norway
Contact point : Ivar Strand
Telephone : +47 98222751
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : SØR-ROGALAND TINGRETT
Registration number : 926723448
Department : Sandnes
Postal address : Olav Vs plass 1
Town : Sandnes
Postcode : 4306
Country : Norway
Telephone : 52004600
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 8880311f-ab93-4c4f-bd6e-bd671cf3bf43 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/03/2025 09:28 +00:00
Notice dispatch date (eSender) : 31/03/2025 13:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00210786-2025
OJ S issue number : 65/2025
Publication date : 02/04/2025