Turnkey contract for renovation, alteration and expansion of Romedal school.

Stange municipality shall procure a turnkey contract for the renovation, alteration and expansion of Romedal skole, including nine operational/maintenance agreements. See the tender documentation for more information. Stange municipality shall procure a turnkey contract for the renovation, alteration and expansion of Romedal skole, including nine operational/maintenance agreements. See the tender …

CPV: 45214210 Primary school construction work, 45000000 Construction work, 45210000 Building construction work, 45214000 Construction work for buildings relating to education and research, 45214200 Construction work for school buildings, 45220000 Engineering works and construction works, 45259000 Repair and maintenance of plant, 45259300 Heating-plant repair and maintenance work, 45300000 Building installation work, 50000000 Repair and maintenance services, 50532400 Repair and maintenance services of electrical distribution equipment, 50700000 Repair and maintenance services of building installations, 50710000 Repair and maintenance services of electrical and mechanical building installations, 50711000 Repair and maintenance services of electrical building installations, 50712000 Repair and maintenance services of mechanical building installations, 50720000 Repair and maintenance services of central heating, 50730000 Repair and maintenance services of cooler groups, 50750000 Lift-maintenance services, 50800000 Miscellaneous repair and maintenance services, 71000000 Architectural, construction, engineering and inspection services, 71200000 Architectural and related services, 71240000 Architectural, engineering and planning services, 71300000 Engineering services, 72267100 Maintenance of information technology software, 72514300 Facilities management services for computer systems maintenance
Place of execution:
Turnkey contract for renovation, alteration and expansion of Romedal school.
Awarding body:
Stange kommune
Award number:
2025/1462

1. Buyer

1.1 Buyer

Official name : Stange kommune
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Turnkey contract for renovation, alteration and expansion of Romedal school.
Description : Stange municipality shall procure a turnkey contract for the renovation, alteration and expansion of Romedal skole, including nine operational/maintenance agreements. See the tender documentation for more information.
Procedure identifier : ad289aba-9bf4-4f28-af54-a4f698971450
Internal identifier : 2025/1462
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : Stange municipality shall procure a turnkey contract for the renovation, alteration and expansion of Romedal skole, including nine operational/maintenance agreements. See the tender documentation for more information.

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 ): 45210000 Building construction work
Additional classification ( cpv ): 45214000 Construction work for buildings relating to education and research
Additional classification ( cpv ): 45214200 Construction work for school buildings
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 45259000 Repair and maintenance of plant
Additional classification ( cpv ): 45259300 Heating-plant repair and maintenance work
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50532400 Repair and maintenance services of electrical distribution equipment
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 50712000 Repair and maintenance services of mechanical building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 72267100 Maintenance of information technology software
Additional classification ( cpv ): 72514300 Facilities management services for computer systems maintenance

2.1.2 Place of performance

Postal address : Mågårdsvegen 24
Town : Romedal
Postcode : 2334
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 174 642 500 Norwegian krone

2.1.4 General information

Additional information : The selection criteria are weighted equally. The contracting authority can award the contract without negotiations. The contracting authority can reduce the number of tenders.
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act dated 17 June 2016 (LOA) and the public procurement regulations (FOA) parts I and part III.

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 of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : Turnkey contract for renovation, alteration and expansion of Romedal school.
Description : Stange municipality shall procure a turnkey contract for the renovation, alteration and expansion of Romedal skole, including nine operational/maintenance agreements. See the tender documentation for more information.
Internal identifier : 2025/1462

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 ): 45210000 Building construction work
Additional classification ( cpv ): 45214000 Construction work for buildings relating to education and research
Additional classification ( cpv ): 45214200 Construction work for school buildings
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 45259000 Repair and maintenance of plant
Additional classification ( cpv ): 45259300 Heating-plant repair and maintenance work
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50532400 Repair and maintenance services of electrical distribution equipment
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 50712000 Repair and maintenance services of mechanical building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 72267100 Maintenance of information technology software
Additional classification ( cpv ): 72514300 Facilities management services for computer systems maintenance
Options :
Description of the options : Options that apply shall be included: - Chapter 442B – New lighting equipment in the existing skole wing A (not the basement). - Chapter 4321B – New main distribution (as an alternative to item 4321A in the requirement specifications, which are pulled out of the contract sum and replaced with this if a new main distribution is chosen). - Chapter 76 - Asphalting of a car park. See the tender documentation for more information.

5.1.2 Place of performance

Postal address : Mågårdsvegen 24
Town : Romedal
Postcode : 2334
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/01/2026
Duration end date : 30/04/2027

5.1.5 Value

Estimated value excluding VAT : 174 642 500 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
Additional information : The selection criteria are weighted equally. The contracting authority can award the contract without negotiations. The contracting authority can reduce the number of tenders.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Demand: Tenderers shall be registered in the Register of Business Enterprises (or equivalent). Documentation requirement: Norwegian tenderers: Certificate from the Register of Business Enterprises. Foreign tenderers: Certificate/documentation from equivalent registers in the country where the tenderer is established.
Criterion : Average yearly turnover
Description : Requirement for annual minimum turnover: Tenderers must have the economic and financial capacity to fulfil the contract. Annual turnover for construction work of minimum NOK 100,000,000 on average in the last three financial years. I.e. if the tenderer has a turnover of, for example, NOK 95 million a year, it could be ok if the tenderer has a turnover of, for example, NOK 105 million and NOK 100 million in the other years so that the average per year is min. NOK 100 million. Documentation requirement: Document an annual turnover for construction work of minimum NOK 100,000,000 on average for the last three available fiscal years. I.e. if the tenderer has a turnover of, for example, NOK 95 million a year, it could be ok if the tenderer has a turnover of, for example, NOK 105 million and NOK 100 million in the other years so that the average per year is min. NOK 100 million. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, it can document its economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual financial statements including notes, the board's annual reports and auditor's reports.
Criterion : Other economic or financial requirements
Description : Requirement for credit worthiness without requirement for provision of security: Tenderers must have the economic and financial capacity to fulfil the contract. Credit assessment from a credit rating company that shows that the tenderer has credit worthiness without any requirement for collateral: A from Dun & Bradstreet or equivalent. Documentation requirement: Credit assessment from a credit rating company that shows that the tenderer has credit worthiness without any requirement for collateral: A from Dun & Bradstreet or equivalent. The credit rating must not be more than six months old. A definition of the symbols used by the credit rating institution must be enclosed so that the contracting authority can assess different assessments against each other. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, it can document its economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual financial statements including notes, the board's annual reports and auditor's reports.
Criterion : References on specified works
Description : Technical and professional qualifications of the tenderer: Requirement of the tenderer's experience: The tenderer shall as a whole have experience with the execution of similar projects. Projects with similar complexity and value are more relevant than other projects. This project is for the renovation and reuse of the existing building body as well as a new wooden extension. Such projects will therefore be seen as more relevant than others. Projects for the public builder will be seen as more relevant than that of private builders. Turnkey contracts are more relevant than other contract forms. Documentation requirement: Annex 3 Experience Overview: Overview of the three most relevant construction and construction work that the tenderer has carried out (completed) in the last five years. The overview should as a minimum contain: • Principal • Reference person: Name, telephone number, email address. • Date of delivery/execution (from-to) • Contract cost • Contract form • Brief description of the delivery The contracting authority reserves the right to contact the listed references in order to verify the extent and quality. It is the tenderer ́s responsibility to document relevance through the description in the overview.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Relevant educational and professional qualifications
Description : Technical and professional qualifications of the tenderer: Requirement for relevant experience and education for project manager and site manager for the turnkey contract: The stated project manager and site manager shall have these roles in the turnkey contract. Manager: - Experience from similar projects. Relevant experience. - Education (in order of priority): o Bachelor degree or higher o Vocational college engineer Experience is given more weight than education. Site manager: - Experience from similar projects. Relevant experience. - Education (in order of priority): o Vocational college engineer or higher o Master Craftsman Certificate o Trade Certificate Experience is given more weight than education. About experience: Experience with projects of similar complexity and value is more relevant than other projects. This project is for the renovation and reuse of the existing building body as well as a new wooden extension. Such projects will therefore be seen as more relevant than others. Experience with projects for public builders is seen as more relevant than that of private builders. Experience from turnkey contracts is more relevant than other contract forms. Documentation requirement: CVs for the project manager and site manager who show experience and education. Maximum 2 A4 pages per CV with normal line spacing and margins. Font Arial, font size 10.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Certificates by independent bodies about quality assurance standards
Description : Quality management: Requirement: Tenderers shall have satisfactory procedures for quality management. Documentation requirement: A description of the tenderer's quality assurance measures. This can be given in one of the following ways: Alternative 1: Description of the company's routines regarding quality management, with emphasis on quality assurance, resource management, management responsibility and continuous analysis and improvement. Alternative 2: If the tenderer is certified in accordance with ISO 9001:2015 or equivalent, it will be sufficient to enclose a copy of a valid certificate.
Criterion : Environmental management measures
Description : Environmental management system: Requirement: Tenderers shall have implemented a good environmental management system. Documentation requirement: Documentation that the tenderer is certified in accordance with ISO 14001:2015, EMAS, Miljøfyrtårn (Eco-Lighthouse) or equivalent third-party verified systems. It is sufficient to enclose a copy of a valid certificate.
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
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Assignment comprehension
Description : See the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/266239985.aspx
Ad hoc communication channel :
Name : Søknad, tilbud og spørsmål-og-svar foregår i Mercell.

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
Description of the financial guarantee : See the tender documentation for collateral etc.
Deadline for receipt of requests to participate : 14/11/2025 11:00 +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 : 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 : Hedmarken og Østerdal tingrett
Information about review deadlines : Deadline for request for a temporary injunction: A petition for a provisional injunction against the contracting authority's decision to reject or reject a request to participate in the competition must be presented to the district court within 15 days calculated from the day after the notification of the rejection or rejection has been sent, cf. the Public Procurement Regulations § 20-7 (2). Appeals to the contract award: Tenderers can appeal the award.

8. Organisations

8.1 ORG-0001

Official name : Stange kommune
Registration number : 970169717
Postal address : Storgata 45
Town : STANGE
Postcode : 2336
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Jon Brudeseth
Telephone : +47 90944158
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hedmarken og Østerdal tingrett
Registration number : 935364892
Town : Hamar
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 4c1930f1-a974-443a-bcdc-53f3e735fe07 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/10/2025 06:48 +00:00
Notice dispatch date (eSender) : 13/10/2025 06:48 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00674147-2025
OJ S issue number : 197/2025
Publication date : 14/10/2025