Tonstad school - Invitation to competition - turnkey contract with interaction (stage 1).

Trondheim municipality shall construct a new primary school on the existing school site for Tonstad school, address Torvmyra 4, 7091 Tiller.A zoning process is ongoing and the development plan is expected to be approved by the town council in autumn 2026. Two pavilions/barracks shall be demolished. The school contains a …

CPV: 45000000 Roboty budowlane
Miejsce wykonania:
Tonstad school - Invitation to competition - turnkey contract with interaction (stage 1).
Miejsce udzielenia zamówienia:
Trondheim kommune
Numer nagrody:
2025/22266

1. Buyer

1.1 Buyer

Official name : Trondheim 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 : Tonstad school - Invitation to competition - turnkey contract with interaction (stage 1).
Description : Trondheim municipality shall construct a new primary school on the existing school site for Tonstad school, address Torvmyra 4, 7091 Tiller.A zoning process is ongoing and the development plan is expected to be approved by the town council in autumn 2026. Two pavilions/barracks shall be demolished.  The school contains a sports hall and shall be adapted with areas for, among other things, a cultural school and music/culture in the surrounding area. The project includes development of outdoor areas, access to roads, goods delivery, sanitation etc., designed substrate that is the basis for pricing is a sketch project with a technical function description. Tonstad School shall be BREEAM-NOR certified with level 'very good'. The project shall be carried out with an emission free construction site and a high degree of re-use of elements that must be disassembled. The contract work shall be carried out as a turnkey contract with interaction. The purpose of the interaction phase is to design up to the preliminary project with a focus on system optimisation and risk management.  Concretisation/details shall be carried out within the framework of the negotiated tender offer. Tentative general progress plan:- start-up interaction, May 2026 - start up detailed engineering design/execution phase, January 2027 - hand-over building, March 2029
Procedure identifier : a46bf344-a21f-4768-9a83-3d79dfc33cdb
Internal identifier : 2025/22266
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 : The competition will be held in accordance with the Public Procurement Act dated 17 June 2016 no. 73 (LOA) and the public procurement regulations dated 18 August 2016 no. 974 (FOA). Parts I and part III of the regulations apply for this procurement. The contract will be awarded in accordance with the negotiated procedure after a prior notice, cf. the Public Procurement Regulations § 13-1(2). The procurement will be carried out in two stages: Stage 1: Prequalification Stage 2: Tender Phase.The assignment is planned to be carried out as a turnkey contract with an interaction phase before the start-up execution phase.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

2.1.2 Place of performance

Postal address : Torvmyra 4
Town : Trondheim
Postcode : 7091
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 350 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The Public Procurement Regulations dated 18 August 2016 no. 974 (FOA)

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Has the supplier itself or a person who is a member of the supplier's administrative, management or supervisory body or has the power to represent or control or take decisions in such bodies been convicted by a judgment which has the force of res judicata for corruption by a judgment delivered not more than five years ago, or a disqualification period directly set out in the judgment which is still in force? Corruption as defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union (OJ C 195, 25.6.1997, p. 1) and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This ground for refusal also includes corruption as defined in the national law of the contracting authority or supplier.
Fraud : Has the supplier itself or a person who is a member of the supplier's administrative, management or supervisory body or has the power to represent or control or take decisions in such bodies been convicted by a judgment which has the force of res judicata for fraud by a judgment delivered not more than five years ago, or a disqualification period set out directly in the judgment which is still in force? Fraud as referred to in Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Money laundering or terrorist financing : Has the supplier itself or a person who is a member of the supplier's administrative, management or supervisory body or has the power to represent or control or take decisions in such bodies been convicted by a judgment which has the force of res judicata for money laundering or terrorist financing by a judgment handed down not more than five years ago, or a disqualification period directly set out in the judgment which is still in force? Money laundering or terrorist financing As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Participation in a criminal organisation : Has the supplier itself or a person who is a member of the supplier's administrative, management or supervisory body or has powers to represent or control or take decisions in such bodies been convicted by a judgment which has the force of res judicata for participation in a criminal organisation by a judgment handed down not more than five years ago, or a period of disqualification directly laid down in the judgment which is still in force? Participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Has the supplier himself or a person who is a member of the supplier's administrative, management or supervisory body or has the power to represent or control or take decisions in such bodies been convicted by a judgment which has the force of res judicata for terrorist offences or criminal offences linked to terrorist activity by a judgment handed down not more than five years ago, or for a period of exclusion directly set out in the judgment which is still in force? Terrorist offences or criminal offences linked to terrorist activity as defined in Articles 1 and 3 of Council Framework Decision 2002/475/JHA of 13 June 2002 on combating terrorism (OJ L 164 of 22.6.2002, p. 3). This ground for exclusion also includes incitement to, aiding and abetting or attempting to commit such acts as referred to in Article 4 of that Framework Decision.
Child labour and including other forms of trafficking in human beings : Has the supplier itself or a person who is a member of the supplier's administrative, management or supervisory body or has the power to represent or control or take decisions in such bodies been convicted by a final judgment for child labour and other forms of trafficking in human beings by a judgment handed down no more than five years ago, or a disqualification period directly set out in the judgment which is still in force? Child labour and other forms of trafficking in human beings as defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the supplier known to have committed violations of environmental provisions as set out 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 supplier known to have committed a breach of provisions on employment conditions as set out 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 supplier known to have committed a breach of provisions on social conditions as set out 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 supplier entered into an agreement(s) with other suppliers with the intention of distorting competition?
Grave professional misconduct : Has the supplier been guilty of grave professional misconduct? If applicable, refer to definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the supplier: a) provided grossly incorrect information when providing the information required to verify that there are no grounds for rejection, or that the qualification requirements have been met, b) failed to provide such information, c) reserved the right to immediately submit the supporting documents requested by the contracting authority, or d) improperly influenced the contracting authority's decision-making process in order to acquire confidential information that may give it an unfair advantage in connection with the competition, or has negligently provided misleading information that may have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the supplier aware of a conflict of interest as specified in national law, the relevant notice or the procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the supplier or a company affiliated with the supplier provided advice to the client or otherwise been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the supplier committed a material breach of contract in connection with the performance of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to termination of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The contracting authority must state that there are national grounds for rejection in Norway. These must be described in the procurement documents. The supplier must answer whether he is in one or more of the situations described in the national grounds for rejection. Do the purely national grounds for rejection, which are stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Has the supplier failed to fulfil all of its obligations to pay social security contributions both in the country in which it is established and in the contracting authority's Member State, if this is a different country than the one in which it is established?
Breaching obligation relating to payment of taxes : Has the supplier failed to fulfil its obligations to pay taxes and duties in the country in which it is established, and in the contracting authority's Member State, if this is a different country than the one in which it is established?
Business activities are suspended : Please indicate why, in the circumstances mentioned, you are nevertheless able to perform the contract, taking into account the applicable national provisions and measures regarding the continuation of business activities? This information is not necessary if the rejection of suppliers is made mandatory under applicable national law without the possibility of derogation.
Bankruptcy : Is the supplier in a bankruptcy situation? Please indicate why, in the circumstances mentioned, the contract is still able to be performed, taking into account the applicable national provisions and measures regarding the continuation of business activities? This information is not necessary if the rejection of suppliers is made mandatory under applicable national law without the possibility of derogation.
Arrangement with creditors : Is the supplier in a situation where he has been forced into debt settlement? Please indicate why, in the circumstances mentioned, the contract is still able to be performed, taking into account the applicable national provisions and measures regarding the continuation of business activities? This information is not necessary if the rejection of suppliers is made mandatory under applicable national law without the possibility of derogation.
Insolvency : Is the supplier in a situation of insolvency? Please indicate why, in the circumstances mentioned, the contract is nevertheless able to be performed, taking into account the applicable national provisions and measures regarding the continuation of business activities? This information is not necessary if the rejection of suppliers is made mandatory under applicable national law without the possibility of derogation.
Assets being administered by liquidator : Please indicate why, in the circumstances mentioned, you are nevertheless able to perform the contract, taking into account the applicable national provisions and measures regarding the continuation of business activities? This information is not required if the rejection of suppliers is made mandatory under applicable national law without the possibility of derogation.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced into debt settlement? Please indicate why, in the circumstances mentioned, the contract is still able to be performed, taking into account the applicable national provisions and measures regarding the continuation of business activities? This information is not necessary if the rejection of suppliers is made mandatory under applicable national law without the possibility of derogation.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Tonstad school - Invitation to competition - turnkey contract with interaction (stage 1).
Description : Trondheim municipality shall construct a new primary school on the existing school site for Tonstad school, address Torvmyra 4, 7091 Tiller.A zoning process is ongoing and the development plan is expected to be approved by the town council in autumn 2026. Two pavilions/barracks shall be demolished.  The school contains a sports hall and shall be adapted with areas for, among other things, a cultural school and music/culture in the surrounding area. The project includes development of outdoor areas, access to roads, goods delivery, sanitation etc., designed substrate that is the basis for pricing is a sketch project with a technical function description. Tonstad School shall be BREEAM-NOR certified with level 'very good'. The project shall be carried out with an emission free construction site and a high degree of re-use of elements that must be disassembled. The contract work shall be carried out as a turnkey contract with interaction. The purpose of the interaction phase is to design up to the preliminary project with a focus on system optimisation and risk management.  Concretisation/details shall be carried out within the framework of the negotiated tender offer. Tentative general progress plan:- start-up interaction, May 2026 - start up detailed engineering design/execution phase, January 2027 - hand-over building, March 2029
Internal identifier : 2025/22266

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Postal address : Torvmyra 4
Town : Trondheim
Postcode : 7091
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 22/04/2026
Duration end date : 01/06/2029

5.1.5 Value

Estimated value excluding VAT : 350 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade 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. Minimum qualification requirements Demand: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Certificate that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is registered.
Criterion : General yearly 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: Minimum qualification requirements Demand: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers shall have an annual minimum turnover that exceeds two times the estimated value of the contract. Documentation requirement: The company's Annual Financial Statements for the last 2 fiscal years which includes the Board's Annual Report, Income Statement, Balance Sheet, Notes, and Auditor's Report.
Criterion : Other economic or 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: Minimum qualification requirements Demand: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers shall have a rating of minimum A or equivalent. Documentation requirement: Credit evaluation/rating, not older than three months, and which is based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. If the tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial capacity by presenting, for example, a declaration from a financial institution about surety.
Criterion : References on specified 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. Minimum qualification requirements Demand: Tenderers shall have experience from a minimum of 3 relevant turnkey contracts for school buildings or other public purpose-built buildings with an equivalent value, size and complexity, completed in the last 10 years. The ranking of qualified tenderers will particularly emphasise: Experience with public builders, Experience with equivalent value, size and complexity, Experience with alterations/renovations, Experience with BREEAM-NOR, Experience with interaction/interaction. Documentation requirement: Tenderers shall enclose an overview of their three most relevant projects with a description, type of building, builder, contract value, scope/area, new building/reconstruction/renovation, environmental profile, contract form, completion date. The name and e-mail address/mobile number of a gender neutral preferred at the builder shall be given. The contracting authority can contact the stated reference persons for verification. Certificates issued or confirmed by the contracting authority can be attached. It is the tenderer ́s responsibility to document relevance through the description. The documentation shall be maximum 3 (three) A4 pages in total for the assignments (typeface Calibri, font 12).
Criterion : Technicians or technical bodies to 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: Minimum qualification requirements Requirement: If a tenderer relies on the capacity of other companies, he shall document that he prevails over the necessary resources by presenting a commitment statement from each of these entities (Part 0-1 Annex 10). A binding statement shall be enclosed in addition to separate self-declarations (ESPD form).
Criterion : Certificates by independent bodies about 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? Minimum qualification requirements Demand: Tenderers shall have a quality system suited to the content of the contract. Documentation requirement: Certificate for the company's quality system/management system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2002. The quality standard shall be based on relevant European standard series, which are certified by accredited bodies. The contracting authority will also accept other documentation for equivalent quality assurance measures if the tenderer is unable to obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality assurance standards. As a minimum a general description of the system ́s content, including an overview of inspection plans and check-lists that are relevant for this contract, must be presented.
Criterion : Certificates by independent bodies about environmental management systems or 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? Minimum qualification requirements Demand: Tenderers must have procedures to carry out the assignment in an environmentally appropriate manner. Documentation requirement: Tenderers shall present certificates issued by independent bodies as documentation that the tenderer fulfils certain environmental management systems or standards. E.g. the EU Scheme for Environmental Management and Environmental Audits (EMAS), other recognised environmental management systems in the Regulation (EF) no. 1221/2009 article 45 or other environmental management standards based on relevant European or international standards from accredited bodies. The contracting authority will accept equivalent certificates issued by bodies in other EEA countries (e.g. Eco-Lighthouse, ISO 14001). Other documentation that shows that the tenderer has procedures to carry out the assignment in an environmentally responsible manner. Part 0-1 Annex 9 Environmental Statement can also be used.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 02/11/2025 23:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/267456768.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
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
Deadline for receipt of requests to participate : 12/11/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett
Information about review deadlines : The temporary injunction deadline is 15 days after the award of the 3-5 tenderers who are invited to submit a tender.
Organisation providing more information on the review procedures : Trøndelag tingrett

8. Organisations

8.1 ORG-0001

Official name : Trondheim kommune
Registration number : 942110464
Postal address : Erling Skakkes gate 14
Town : TRONDHEIM
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Rita Måsøval Sørdal
Telephone : +47 72540000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Department : Klageorgan
Postal address : Postboks 2317, Torgarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Klageorgan
Telephone : 73542400
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : d217f94f-0885-4e25-8643-7568433c3579 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/10/2025 15:27 +00:00
Notice dispatch date (eSender) : 08/10/2025 15:27 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00666196-2025
OJ S issue number : 195/2025
Publication date : 10/10/2025