Construction of the new Holviga School - Turnkey contract with solution proposal.

Grimstad municipality shall procure a turnkey contract for the construction of a new primary school in Holviga, including development of the accompanying outside area. The school shall have a capacity of 600 pupils. The school shall be swan ecolabeled and it shall also fulfil the passive house requirements, energy labels …

CPV: 45214210 Construção de escola primária, 45000000 Construção, 45214200 Construção de edifícios escolares
Local de execução:
Construction of the new Holviga School - Turnkey contract with solution proposal.
Local de premiação:
Grimstad kommune
Número do prémio:
24/5336

1. Buyer

1.1 Buyer

Official name : Grimstad 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 : Construction of the new Holviga School - Turnkey contract with solution proposal.
Description : Grimstad municipality shall procure a turnkey contract for the construction of a new primary school in Holviga, including development of the accompanying outside area. The school shall have a capacity of 600 pupils. The school shall be swan ecolabeled and it shall also fulfil the passive house requirements, energy labels A and nZEB. Energy wells and rock heat pumps shall be established to cover 90% of the total heating requirement. The school shall be constructed on the same site as the old primary school previously. The old primary school has already been demolished. The site is a great site in nature with height curves and some trees. Option prices shall also be submitted for a sports hall, air raid shelter and service agreement for solar panel installations as a part of the tender. It is up to the tenderer (turnkey contractor) to design the school (a solution proposal) in accordance with the needs, requirements, guidelines and terms stated in the contract documentation (the tender documentation part II). The maturity of the developed solution proposal shall be equivalent to the simplified preliminary project. The contracting authority has not prepared a complete sketch or preliminary project. Tenderers shall prepare drawings with proposals based on the contract documentation and other normative guidelines. The turnkey contractor will be responsible for a complete delivery of all disciplines affecting the school and its outdoor area. A complete, government approved building, adjoining legislation shall also be safeguarded. Until the optimalisation phase (phase 1) has been completed, the Builder has the right to cancel the entire contract, cf. Part II general part point B.2.11. See part II for further information on the contents of the procurement.
Procedure identifier : 35585a8b-23b9-48c7-b32a-12bc4bf1423a
Previous notice : 68c32c91-3459-4b86-bf1c-a00b9e52a68a-01
Internal identifier : 24/5336
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out as a negotiated procedure after a prior notice, cf. the Public Procurement Regulations § 13-1 (2). This procedure will be initiated with a qualification phase (phase 1), in which tenderers shall submit documentation of fulfilment of the qualification requirements. All interested suppliers have the option to submit a request for participation in the competition. Of the qualified tenderers, four will be invited to submit tenders in the next stage of the procurement procedure (phase 2), cf. point 9.2. Only tenderers who fulfil the qualification requirements and who are invited will be able to submit a tender (phase 2). After receipt of tenders in phase 2, all tenders will be subject to an initial evaluation before the contracting authority will call for negotiations. At least three tenderers will receive an invitation to negotiations, provided that a sufficient number of tenders are received. This means that the contracting authority reserves the right to reduce the number of tenders to be negotiated and that this reduction can be made before the negotiations. Any selection of tender offers that shall be negotiated will be made after an assessment in accordance with the award criteria, cf. the Public Procurement Regulations § 23-11. The assessment of whether negotiations shall be made with all tenderers or whether a reduction shall be made will be made after a comprehensive assessment of the tender situation and the tender that ends up last after the first evaluation. The negotiations can be held in meetings, in writing or oral. After negotiations and any updated tenders, the final evaluation of the tenders will be made and the contract will be awarded.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45214210 Primary school construction work
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45214200 Construction work for school buildings

2.1.2 Place of performance

Town : Grimstad
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 365 000 000 Norwegian krone

2.1.4 General information

Call for competition is terminated
Additional information : Qualification requirement 8.5.1 "requirements for experience from similar assignments - Reference projects" will also be used as the selection criteria, cf. the competition rules point 9.2. The following conditions will be emphasised in the evaluation of the selection criteria: • TE and ARK: The reference ́s relevance when it comes to contract form, size/value, purpose (primary school will be more relevant than other schools, schools will be more relevant than purpose-built buildings within health), environmental labelling (the Swan Ecolabel will be assessed as more relevant than Breeam), other environmental considerations relevant for our contract (passive house, solar cells, geo wells etc.) • In addition the following only applies to ARK ́s references: Experience from references with projects from sketch to detailed project and execution. • In addition, the following only applies to TE ́s references: Experience from turnkey contracts with solution proposals or interaction, but where the former will be assessed as more relevant than the latter, all else alike.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Construction of the new Holviga School - Turnkey contract with solution proposal.
Description : Grimstad municipality shall procure a turnkey contract for the construction of a new primary school in Holviga, including development of the accompanying outside area. The school shall have a capacity of 600 pupils. The school shall be swan ecolabeled and it shall also fulfil the passive house requirements, energy labels A and nZEB. Energy wells and rock heat pumps shall be established to cover 90% of the total heating requirement. The school shall be constructed on the same site as the old primary school previously. The old primary school has already been demolished. The site is a great site in nature with height curves and some trees. Option prices shall also be submitted for a sports hall, air raid shelter and service agreement for solar panel installations as a part of the tender. It is up to the tenderer (turnkey contractor) to design the school (a solution proposal) in accordance with the needs, requirements, guidelines and terms stated in the contract documentation (the tender documentation part II). The maturity of the developed solution proposal shall be equivalent to the simplified preliminary project. The contracting authority has not prepared a complete sketch or preliminary project. Tenderers shall prepare drawings with proposals based on the contract documentation and other normative guidelines. The turnkey contractor will be responsible for a complete delivery of all disciplines affecting the school and its outdoor area. A complete, government approved building, adjoining legislation shall also be safeguarded. Until the optimalisation phase (phase 1) has been completed, the Builder has the right to cancel the entire contract, cf. Part II general part point B.2.11. See part II for further information on the contents of the procurement.
Internal identifier : 24/5336

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45214210 Primary school construction work
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45214200 Construction work for school buildings
Options :
Description of the options : 1. Demolition and new entry sports hall 2. Rehabilitation sports hall 3. Establishment of a new influence room 4. Extended contract for the service and maintenance of solar panel installations, see the contract documentation ́s general part point. F.4 for further details.

5.1.2 Place of performance

Town : Grimstad
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 19/01/2025
Duration end date : 30/12/2026

5.1.5 Value

Estimated value excluding VAT : 365 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Qualification requirement 8.5.1 "requirements for experience from similar assignments - Reference projects" will also be used as the selection criteria, cf. the competition rules point 9.2. The following conditions will be emphasised in the evaluation of the selection criteria: • TE and ARK: The reference ́s relevance when it comes to contract form, size/value, purpose (primary school will be more relevant than other schools, schools will be more relevant than purpose-built buildings within health), environmental labelling (the Swan Ecolabel will be assessed as more relevant than Breeam), other environmental considerations relevant for our contract (passive house, solar cells, geo wells etc.) • In addition the following only applies to ARK ́s references: Experience from references with projects from sketch to detailed project and execution. • In addition, the following only applies to TE ́s references: Experience from turnkey contracts with solution proposals or interaction, but where the former will be assessed as more relevant than the latter, all else alike.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total price
Description : Under this criteria, the tender sum - Calculation work - Options Documentation: Completed price comparison and calculation works in Part II, contract documentation, chapter. F.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Solution proposals and architectural quality
Description : Under this criteria is assessed: - Architectural concept - Outdoor area - Qualities See further information on the content of and prioritising the sub-criteria and what will be emphasised in the evaluation in the competition description point 12.1.2.under.
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Optimalisation phase
Description : The tenderer ́s binding plan for user participation and the optimisation phase will be assessed under this criteria.
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Environment
Description : It is in accordance with the Public Procurement Regulations § 7-9 fourth section that the Contracting Authority can replace climate and environmental considerations in the award criteria with climate and environmental requirements in the requirement specifications, "if it is clear that this provides a better climate and environmental effect". It is clear, according to the Contracting Authority, that this is the case for this procurement. Annex C.4.1 of the contract documentation ́s general part, is i.a. the building shall fulfil the requirements of Passive House, Energy label A and nZEB and that the building shall be swan marks. As a part of the Swan Label certification, the Contracting Authority has stipulated terms for fuel limitations on the construction site and requirements for the use of fossil free and/or emission free site machines, cf. annex C.4.2 to the tender documentation ́s general part. Furthermore, solar cell installations shall be established, with a minimum production of 10 kWh/m2 per annum and that the heating installations, based on energy wells/rock heat and heat pumps, shall cover a minimum of 90% of the building ́s total heating need. Low carbon class A or better is required to be used, carbon steel shall have an average value of recycled steel of minimum 30% and that the reinforcing steel shall contain a minimum of 99% recycled steel. Based on the above, the Contracting Authority clearly finds that the climate and environmental requirements in the requirement specifications provide a better climate and environmental effect than if they were set as an award criterion. The listed requirements show a high and clear willingness to pay to reduce the procurement ́s climate footprint and environmental impact that goes far beyond what an award criterion weighted 30% would be able to achieve.
Weight (percentage, exact) : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 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 organisation : Agder tingrett

6. Results

Value of all contracts awarded in this notice : 365 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : BRG Entreprenør AS
Tender :
Tender identifier : Tilbud fra BRG Entreprenør AS
Identifier of lot or group of lots : LOT-0000
Value of the result : 288 863 821 Norwegian krone
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : Bygging av nye Holviga skole – Totalentreprise med løsningsforslag - BRG Entreprenør AS
Date on which the winner was chosen : 21/02/2025
Date of the conclusion of the contract : 05/03/2025
The contract is awarded within a framework agreement : no

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Skanska Norge AS
Tenderer :
Official name : Veidekke Entreprenør AS
Tenderer :
Official name : Backe Sør AS

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 4
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4
Range of tenders :
Value of the lowest admissible tender : 288 863 821 Norwegian krone
Value of the highest admissible tender : 323 807 719 Norwegian krone

8. Organisations

8.1 ORG-0001

Official name : Grimstad kommune
Registration number : 864 964 702
Postal address : Arendalsveien 23
Town : Grimstad
Postcode : 4878
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Jørgen P. Justvik
Telephone : +47 91795683
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926723480
Town : Kristiansand
Country : Norway
Telephone : 38 17 63 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : BRG Entreprenør AS
Registration number : 992604956
Postal address : Tangen 8, Pb 529
Town : Kristiansand
Postcode : 4665
Country : Norway
Telephone : +47 91389429
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0004

Official name : Skanska Norge AS
Registration number : 943 049 467
Town : Kristiansand
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 40006400
Roles of this organisation :
Tenderer

8.1 ORG-0005

Official name : Veidekke Entreprenør AS
Registration number : 984 024 290
Town : Arendal
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 4000471
Roles of this organisation :
Tenderer

8.1 ORG-0006

Official name : Backe Sør AS
Registration number : 930 656 526
Town : Kristiansand
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 41469430
Roles of this organisation :
Tenderer

11. Notice information

11.1 Notice information

Notice identifier/version : 2b1724bc-e4b4-4901-943c-637eba24a7cb - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 14/03/2025 11:03 +00:00
Notice dispatch date (eSender) : 14/03/2025 11:03 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00170520-2025
OJ S issue number : 53/2025
Publication date : 17/03/2025