Skeisvang Sixth Form College. Renovation and new construction - E203 Concrete work including concrete elements and steel.

The contract is for concrete, concrete elements and steel structures in connection with the renovation and new building at Skeisvang Sixth Form College in Haugesund. Concrete work shall i.a. be carried out for foundations, floors, internal and external walls, pillars/beams and covers for new buildings (approx. 3,000 m2), as well …

CPV: 45262300 Betonska dela, 14622000 Jeklo, 45000000 Gradbena dela, 45200000 Dela na objektih ali delih objektov visoke in nizke gradnje, 45223200 Gradbeni objekti, 45223210 Gradbena dela na jeklenih konstrukcijah, 45223500 Konstrukcije iz armiranega betona, 45260000 Krovska dela in druga gradbena dela specialnih strok, 45262310 Armiranobetonska dela, 45262311 Gradbena dela z betonskimi cevmi, 45300000 Inštalacijska dela pri gradnjah
Rok:
5. junij 2025. 10:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Skeisvang Sixth Form College. Renovation and new construction - E203 Concrete work including concrete elements and steel.
Organ za podeljevanje:
Rogaland fylkeskommune
Številka dodelitve:
2025/23750

1. Buyer

1.1 Buyer

Official name : Rogaland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Skeisvang Sixth Form College. Renovation and new construction - E203 Concrete work including concrete elements and steel.
Description : The contract is for concrete, concrete elements and steel structures in connection with the renovation and new building at Skeisvang Sixth Form College in Haugesund. Concrete work shall i.a. be carried out for foundations, floors, internal and external walls, pillars/beams and covers for new buildings (approx. 3,000 m2), as well as some smaller building bodies on the site. Covers of new buildings in concrete structures, concrete elements and steel plate roof.
Procedure identifier : 8c14fe8a-28be-45a8-8982-8291f959f743
Internal identifier : 2025/23750
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 ): 45262300 Concrete work
Additional classification ( cpv ): 14622000 Steel
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45223200 Structural works
Additional classification ( cpv ): 45223210 Structural steelworks
Additional classification ( cpv ): 45223500 Reinforced-concrete structures
Additional classification ( cpv ): 45260000 Roof works and other special trade construction works
Additional classification ( cpv ): 45262310 Reinforced-concrete work
Additional classification ( cpv ): 45262311 Concrete carcassing work
Additional classification ( cpv ): 45300000 Building installation work

2.1.2 Place of performance

Postal address : Rogalandsgata 197
Town : Haugesund
Postcode : 5518
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.4 General information

Additional information : See annex D2.8 for minimum requirements for offered key personnel.
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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Skeisvang Sixth Form College. Renovation and new construction - E203 Concrete work including concrete elements and steel.
Description : The contract is for concrete, concrete elements and steel structures in connection with the renovation and new building at Skeisvang Sixth Form College in Haugesund. Concrete work shall i.a. be carried out for foundations, floors, internal and external walls, pillars/beams and covers for new buildings (approx. 3,000 m2), as well as some smaller building bodies on the site. Covers of new buildings in concrete structures, concrete elements and steel plate roof.
Internal identifier : 2025/23750

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45262300 Concrete work
Additional classification ( cpv ): 14622000 Steel
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45223200 Structural works
Additional classification ( cpv ): 45223210 Structural steelworks
Additional classification ( cpv ): 45223500 Reinforced-concrete structures
Additional classification ( cpv ): 45260000 Roof works and other special trade construction works
Additional classification ( cpv ): 45262310 Reinforced-concrete work
Additional classification ( cpv ): 45262311 Concrete carcassing work
Additional classification ( cpv ): 45300000 Building installation work

5.1.2 Place of performance

Postal address : Rogalandsgata 197
Town : Haugesund
Postcode : 5518
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 08/08/2025
Duration end date : 29/05/2028

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
Additional information : See annex D2.8 for minimum requirements for offered key personnel.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Measures for ensuring quality
Description : The qualification requirements that apply for the assignment, c.f. the tender documentation chapter B2: 1. The tenderer must be a legally established company. 2. Tenderers shall have their tax and VAT payments in order. 3. Tenderers must have sufficient financial capacity to fulfil the assignment. Tenderers shall as a minimum be credit worthy. 4. Tenderers shall have experience from equivalent assignments. 5. Tenderers shall have environmental management measures suited to the delivery ́s complexity and risk.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation B1.1 point 6: Price weighted 100 %
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 28/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=56499

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 : Allowed
Deadline for receipt of tenders : 05/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 05/06/2025 10:01 +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 : 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 : Sør-Rogaland tingrett -
Information about review deadlines : See the public procurement regulations: § 25-2. Waiting period before the contract is signed. (1) The contracting authority can enter into a contract after the waiting period has expired at the earliest, that has been determined by the contracting authority. The waiting period shall be at least 10 days calculated from the day after the notification on the chosen tenderer has been sent.

8. Organisations

8.1 ORG-0001

Official name : Rogaland fylkeskommune
Registration number : 971 045 698
Department : Faggruppe anskaffelser
Postal address : Ankerkvartalet, Haakon VIIs gate 9
Town : Stavanger
Postcode : 4005
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Helge Førland
Telephone : +47 51516600
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Postal address : Postboks 159
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 6853e3b5-e7a0-4204-a84a-c23d09deb29a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/05/2025 10:07 +00:00
Notice dispatch date (eSender) : 02/05/2025 10:20 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00286668-2025
OJ S issue number : 86/2025
Publication date : 05/05/2025