Procurement of a turnkey contract Ellingsrudåsen school

Oslobygg KF has been given the task of the Education Agency in Oslo to build the new Ellingsrudåsen school. Ellingsrudåsen School is a primary school with 3 parallel classes and a special department, located at ellingsrud centre and underground station. The existing building shall be demolished (a separate demolition contract), …

CPV: 45000000 Stavební práce, 45400000 Práce při dokončování budov
Termín:
10. června 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
Procurement of a turnkey contract Ellingsrudåsen school
Misto zadání:
Oslo kommune v/ Oslobygg KF
Číslo zakázky:
25/2184

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Oslobygg KF
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 : Procurement of a turnkey contract Ellingsrudåsen school
Description : Oslobygg KF has been given the task of the Education Agency in Oslo to build the new Ellingsrudåsen school. Ellingsrudåsen School is a primary school with 3 parallel classes and a special department, located at ellingsrud centre and underground station. The existing building shall be demolished (a separate demolition contract), and two new buildings bound together by a bridge shall be constructed. The student capacity shall be increased to 646 pupils, including 16 pupils in a separate special department. The main volumes in the preliminary project make up a total area of approx. 10,300 m2 GFA, including 2 gymnasiums with the accompanying changing rooms. Freestanding buildings such as transformers, external sheds and covered bicycle parking make up an additional approx. 200 m2 gross, the total development area amounts to approx. 10,500 m2 GFA. The zoning case was approved 14.04.2025. Neighbour warning to the framework application was sent 11.04.2025 and a framework permission is expected before the contract is signed. The building site is available from 05.01.2026, after the current school building has been demolished in a separate demolition contract. The hand-over is set for 03.07.2028. See the contract documentation part II, chapter E, Deadlines. The project shall be carried out as an emission free construction site. All machines that are used at the construction site shall be emission free (i.e. battery electrical, cable electrical or hydrogen) from the start of construction until completion. All vehicles that are used for transporting matter to/from the construction site shall, from the start of construction, until completion be zero emission vehicles (i.e. battery electrical or hydrogen) or biogas vehicles. See the tender documentation Annex C.2.1 Project specific delivery description for Ellingsrudåsen School and contract documentation part II, as well as other annexes for a further description of the assignment.
Procedure identifier : efbef48e-9461-4870-ac88-d5e9a50a4aff
Internal identifier : 25/2184
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 ): 45400000 Building completion work

2.1.2 Place of performance

Postal address : Harald Sohlbergs vei 17
Town : <oslo
Postcode : 1064
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
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?
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 obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of a turnkey contract Ellingsrudåsen school
Description : Oslobygg KF has been given the task of the Education Agency in Oslo to build the new Ellingsrudåsen school. Ellingsrudåsen School is a primary school with 3 parallel classes and a special department, located at ellingsrud centre and underground station. The existing building shall be demolished (a separate demolition contract), and two new buildings bound together by a bridge shall be constructed. The student capacity shall be increased to 646 pupils, including 16 pupils in a separate special department. The main volumes in the preliminary project make up a total area of approx. 10,300 m2 GFA, including 2 gymnasiums with the accompanying changing rooms. Freestanding buildings such as transformers, external sheds and covered bicycle parking make up an additional approx. 200 m2 gross, the total development area amounts to approx. 10,500 m2 GFA. The zoning case was approved 14.04.2025. Neighbour warning to the framework application was sent 11.04.2025 and a framework permission is expected before the contract is signed. The building site is available from 05.01.2026, after the current school building has been demolished in a separate demolition contract. The hand-over is set for 03.07.2028. See the contract documentation part II, chapter E, Deadlines. The project shall be carried out as an emission free construction site. All machines that are used at the construction site shall be emission free (i.e. battery electrical, cable electrical or hydrogen) from the start of construction until completion. All vehicles that are used for transporting matter to/from the construction site shall, from the start of construction, until completion be zero emission vehicles (i.e. battery electrical or hydrogen) or biogas vehicles. See the tender documentation Annex C.2.1 Project specific delivery description for Ellingsrudåsen School and contract documentation part II, as well as other annexes for a further description of the assignment.
Internal identifier : 25/2184

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45400000 Building completion work

5.1.2 Place of performance

Postal address : Harald Sohlbergs vei 17
Town : <oslo
Postcode : 1064
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 15/08/2025
Duration end date : 03/07/2028

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

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : 3.2 Requirement relating to the tenderer's tax and VAT. • Tenderers shall have their tax and VAT payments in order.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : 3.3 Requirements regarding the tenderer's registration, authorisations, etc. The tenderer shall be a legally established company.
Criterion : Financial ratio
Description : 3.4 Requirements regarding the tenderer's economic and financial capacity. Tenderers shall have good financial capacity to carry out the assignment, including minimum turnover of NOK 1,000,000 on average in the last three financial years.
Criterion : Relevant educational and professional qualifications
Description : 3.5 Requirements regarding the tenderer's technical and professional qualifications. Tenderers shall have good competence and experience from turnkey contract assignments of a sufficiently relevant size and complexity. Tenderers shall be suited to fulfil contract requirements for due diligence assessments for responsible businesses, cf. point B.5 of the contract. This means that the tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption. NB! The requirements go further than the Transparency Act Tenderers shall have a satisfactory quality assurance system. Tenderers shall have a satisfactory environmental management system.

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
Deadline for receipt of tenders : 10/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 90 Day
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 : 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

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing more information on the review procedures : Oslo kommune v/ Oslobygg KF -

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Oslobygg KF
Registration number : 924 599 545
Postal address : Grenseveien 82
Town : Oslo
Postcode : 0663
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Åsne Tinnes-Rimehaug
Telephone : +47 90094367
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : C. J. Hambros plass 4
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : d6e46b82-0adc-4529-b963-daeaa74a3751 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/05/2025 10:54 +00:00
Notice dispatch date (eSender) : 02/05/2025 11:03 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00286195-2025
OJ S issue number : 86/2025
Publication date : 05/05/2025