Planning and design contest - New Rogaland Theatre and Stavanger Museum - Stage 1 - Qualification Phase

Stavanger municipality, c/o the urban environment and development service area, the Department for Construction Projects (henceforth referred to as the builder or contracting authority), invites interested tenderers to participate in a design contest for the procurement of an architect for the New Rogaland Theatre and Stavanger Museum project. The aim …

CPV: 71200000 Arhitektuuri- ja sellega seotud teenused, 45212350 Teatud ajaloo- või arhitektuuriväärtusega hooned, 71000000 Arhitektuuri-, ehitus-, inseneri- ja ehitusjärelevalveteenused, 71210000 Arhitektuurialased nõuandeteenused, 71220000 Arhitektuurialased projekteerimisteenused, 71221000 Ehitiste arhitektuuriteenused, 71222000 Välipiirkondade arhitektuuriteenused, 71223000 Juurdeehitiste arhitektuuriteenused, 71240000 Arhitektuuri-, insener-tehnilise projekteerimise ja planeerimisteenused, 71400000 Linnaplaneerimis- ja maastikuarhitektuuriteenused, 71420000 Maastikuarhitektuuriteenused
Täitmise koht:
Planning and design contest - New Rogaland Theatre and Stavanger Museum - Stage 1 - Qualification Phase
Auhindade andmise asutus:
Stavanger kommune
Auhinna number:
2025/224895

1. Buyer

1.1 Buyer

Official name : Stavanger kommune
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Planning and design contest - New Rogaland Theatre and Stavanger Museum - Stage 1 - Qualification Phase
Description : Stavanger municipality, c/o the urban environment and development service area, the Department for Construction Projects (henceforth referred to as the builder or contracting authority), invites interested tenderers to participate in a design contest for the procurement of an architect for the New Rogaland Theatre and Stavanger Museum project. The aim of the competition is to bring out the best solution proposal for the project. Stavanger City Council and Rogaland County Council have undertaken a total development of the Rogaland Theatre and Stavanger Museum on the current sites. The oldest parts of the theatre building and the historical museum building are retained, and a new building is established up to the historical sites. The contracting authority therefore needs to prepare an architect solution proposal. The solution proposal that is prepared in the planning and design competition will form the basis of the project in the further work. Furthermore, the contracting authority needs to enter into a service contract for architect and consulting services in the project. See the tender programme for a more in-depth description of the project and the contracting authority ́s needs. The tender contest starts with a qualification phase. Only tenderers who fulfil the qualification requirements and will be invited to participate in the competition, cf. stage 2, will be able to submit their solution proposals in the planning and design competition. All tenderers who have ideas that can solve the contracting authority ́s challenge and who believe that they fulfil the qualification requirements are encouraged to submit a request for participation in the competition. See the qualification process and the qualification requirements in the tender documentation. The contracting authority will invite up to six tenderers to submit a system proposal, if there are up to six qualified tenderers. If more than six tenderers fulfil the qualification requirements, the contracting authority will select six tenderers based on the selection criteria in the tender documentation.
Procedure identifier : 9c7e9d58-2a85-4fa4-abce-45d5b34676b2
Internal identifier : 2025/224895
Type of procedure : Restricted
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 45212350 Buildings of particular historical or architectural interest
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71222000 Architectural services for outdoor areas
Additional classification ( cpv ): 71223000 Architectural services for building extensions
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71420000 Landscape architectural services

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.4 General information

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?
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?
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 : Planning and design contest - New Rogaland Theatre and Stavanger Museum - Stage 1 - Qualification Phase
Description : Stavanger municipality, c/o the urban environment and development service area, the Department for Construction Projects (henceforth referred to as the builder or contracting authority), invites interested tenderers to participate in a design contest for the procurement of an architect for the New Rogaland Theatre and Stavanger Museum project. The aim of the competition is to bring out the best solution proposal for the project. Stavanger City Council and Rogaland County Council have undertaken a total development of the Rogaland Theatre and Stavanger Museum on the current sites. The oldest parts of the theatre building and the historical museum building are retained, and a new building is established up to the historical sites. The contracting authority therefore needs to prepare an architect solution proposal. The solution proposal that is prepared in the planning and design competition will form the basis of the project in the further work. Furthermore, the contracting authority needs to enter into a service contract for architect and consulting services in the project. See the tender programme for a more in-depth description of the project and the contracting authority ́s needs. The tender contest starts with a qualification phase. Only tenderers who fulfil the qualification requirements and will be invited to participate in the competition, cf. stage 2, will be able to submit their solution proposals in the planning and design competition. All tenderers who have ideas that can solve the contracting authority ́s challenge and who believe that they fulfil the qualification requirements are encouraged to submit a request for participation in the competition. See the qualification process and the qualification requirements in the tender documentation. The contracting authority will invite up to six tenderers to submit a system proposal, if there are up to six qualified tenderers. If more than six tenderers fulfil the qualification requirements, the contracting authority will select six tenderers based on the selection criteria in the tender documentation.
Internal identifier : 2025/224895

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 45212350 Buildings of particular historical or architectural interest
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71222000 Architectural services for outdoor areas
Additional classification ( cpv ): 71223000 Architectural services for building extensions
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71420000 Landscape architectural services

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.6 General information

Procurement Project not financed with EU Funds.

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 : 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 : 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 : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not 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 : Only for public goods deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three 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 : Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with certificates.
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : When procuring goods: Certificates issued by official bodies for quality control
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description :
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
Address of the procurement documents : https://permalink.mercell.com/254172553.aspx

5.1.12 Terms of procurement

Terms of the design contest regime :
The decision of the jury is binding on the buyer : yes
Any service contract following the contest will be awarded to one of the winners of the contest
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 19/05/2025 10:00 +00:00

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Organisation providing more information on the review procedures : Stavanger kommune

8. Organisations

8.1 ORG-0001

Official name : Stavanger kommune
Registration number : 964965226
Postal address : Postboks 8001
Town : STAVANGER
Postcode : 4068
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Randi Viste Solheim
Telephone : +47 51507090
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926723448
Town : Stavanger
Country : Norway
Telephone : 52004600
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 2fa63971-bad7-47e5-9015-70ef5d7b2949 - 01
Form type : Competition
Notice type : Design contest notice
Notice dispatch date : 10/04/2025 10:03 +00:00
Notice dispatch date (eSender) : 10/04/2025 10:58 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00236637-2025
OJ S issue number : 72/2025
Publication date : 11/04/2025