County road 5310 Fosse-Moldekleiv

Vestland County shall procure a contractor for the establishment of a new 3.6 km. county road 5310 between Fosse and Moldekleiv, in Alver municipality. In addition a new left-hand turn lane shall be established on county road 564 in the direction from Frekhaug. The project is a part of the …

CPV: 45000000 Строителни и монтажни работи
Място на изпълнение:
County road 5310 Fosse-Moldekleiv
Издаващ орган:
Vestland fylkeskommune
Номер на наградата:
VLFK/25/196

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : County road 5310 Fosse-Moldekleiv
Description : Vestland County shall procure a contractor for the establishment of a new 3.6 km. county road 5310 between Fosse and Moldekleiv, in Alver municipality. In addition a new left-hand turn lane shall be established on county road 564 in the direction from Frekhaug. The project is a part of the Nordhordlangspakken. The road installations largely comprise expansion of the current existing route, with the exception of approx. 600 m roads in the new terrain. The contract includes, among other things, the following works: - Blasting work - Mass haulage of rock and earth - Expansion of the current road to two lanes. - Alterations to exit roads. - Foot and cycle paths -Pavement Concrete work in the form of culverts, in and out structures, walls, etc. - Dry walls - Water and sewage installations for Alver municipality. - Cable trenches and conduit installations for high voltage and fibre (BKK, Telenor, Bergen Fibre and Vlfk) - New surface water installation, including pipeline in the sea at Litlebergen - Road lighting - Demolition of 5 buildings. - Work in accordance with agreements with landowners - Traffic deviation
Procedure identifier : 4c654f2a-ff9b-46d3-b841-5fb96027d8fa
Internal identifier : VLFK/25/196
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

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

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : The project shall be carried out in Alver municipality.

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : County road 5310 Fosse-Moldekleiv
Description : Vestland County shall procure a contractor for the establishment of a new 3.6 km. county road 5310 between Fosse and Moldekleiv, in Alver municipality. In addition a new left-hand turn lane shall be established on county road 564 in the direction from Frekhaug. The project is a part of the Nordhordlangspakken. The road installations largely comprise expansion of the current existing route, with the exception of approx. 600 m roads in the new terrain. The contract includes, among other things, the following works: - Blasting work - Mass haulage of rock and earth - Expansion of the current road to two lanes. - Alterations to exit roads. - Foot and cycle paths -Pavement Concrete work in the form of culverts, in and out structures, walls, etc. - Dry walls - Water and sewage installations for Alver municipality. - Cable trenches and conduit installations for high voltage and fibre (BKK, Telenor, Bergen Fibre and Vlfk) - New surface water installation, including pipeline in the sea at Litlebergen - Road lighting - Demolition of 5 buildings. - Work in accordance with agreements with landowners - Traffic deviation
Internal identifier : VLFK/25/196

5.1.1 Purpose

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

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : The project shall be carried out in Alver municipality.

5.1.3 Estimated duration

Start date : 10/03/2026
Duration end date : 29/09/2028

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 : Enrolment in a trade register
Description : Qualification requirement: Tenderers shall be a legally established company. Documentation requirement: Company Registration Certificate.
Criterion : Other economic or financial requirements
Description : Qualification requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. 1. The average annual turnover in the last three years shall as a minimum be equivalent to NOK 300 million per annum. 2. Tenderers shall have equity of at least NOK 50 million. Documentation requirement: Documentation requirement: 1. The tenderer's annual financial statement, annual report and auditor's report for the last three years and recent information (quarterly accounts) that is of importance to the tenderer's fiscal numbers. 2. If relevant; A brief account of information about economic conditions or losses that are not documented elsewhere and which is required to be documented in accordance with Norwegian and/or international accounting standards. 3. If relevant; An overview of any recently executed, ongoing or pending tax or public reviews of the tenderer's activities. 4. An overview of any events of significance that has taken place after publication of the last revised annual accounts. If a 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 any other document of relevance to the company's fiscal figures/economy and which the contracting authority deems suitable. Tenderers shall justify why they cannot submit the documentation that the contracting authority has required.
Criterion : References on specified works
Description : Qualification requirement: Tenderers shall have experience from relevant and comparable deliveries of the following work: • Construction and/or expansion of road installations • Blasting work • Dry walls, culvert and W&S works. • Coordination of relevant disciplines during the execution of a contract • Planning and carrying out work along busy roads The listed elements do not need to be executed in one and the same reference project, but submitted documentation shall show that the tenderer together has experience with all the requested elements. Documentation requirement: An overview of up to eight (8) relevant deliveries that the tenderer, and any supporting companies, have carried out in the last five (5) years calculated from the application deadline. Deliveries means both completed deliveries and ongoing deliveries where the tenderer has delivered a significant part of the delivery. The overview of the deliveries shall as a minimum contain the following: • Name of the contracting authority. • Date of the execution. • Extent of the tenderer ́s delivery in total and per annum. • A short description of the delivery with sufficient information so that the contracting authority can assess the tenderer ́s (and any sub-suppliers ́) concrete contributions. • A description of why the reference project is relevant for this assignment, including why the concrete work that the tenderer has carried out are comparable, as well as what comparative value the experience provides for the competition ́s assignments. • Description of which work was carried out by the tenderer and what work was carried out by sub-suppliers. Tenderers shall submit their response in the attached template in chapter E1 Annex 5 Reference Description Template. Any sub-suppliers that the tenderer will use to fulfil the qualification requirement must submit reference projects that document the requested experience from the part of the assignment that the tenderer will use the sub-contractor for, as well as documentation in accordance with B2 point 2.3. If a tenderer will use other companies to fulfil parts of the qualification requirement, the limit applies to the number of reference projects combined for both the tenderer and the supporting company.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Certificates by quality control institutes
Description : Qualification requirement: Tenderers shall have an implemented and well-functioning quality assurance system. Documentation requirement: A description of the tenderer's quality assurance system. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Qualification requirement: Tenderers shall have an implemented and well-functioning environmental management system. Documentation requirement: A description of the tenderer's environmental management system. If a tenderer is certified by a public certification body (EMAS, Miljøfyrtårn, ISO 14001, or other recognised environmental management system/standard), it is sufficient to enclose a copy of a valid certificate.
Criterion : Measures for ensuring quality
Description : Qualification requirement: Tenderers shall have an implemented and well-functioning HSE system. Documentation requirement: Tenderers must submit a table of contents for their HSE system and confirm that the system fulfils the requirements in the Internal Control Regulations. Tenderers can give their confirmation by filling in the self-declaration in chapter E1, annex 6.
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 : 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

Deadline for requesting additional information : 24/09/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=68267

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 requests to participate : 06/10/2025 10:00 +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 : Hordaland tingrett
Information about review deadlines : In accordance with the procurement regulations.

8. Organisations

8.1 ORG-0001

Official name : Vestland fylkeskommune
Registration number : 821311632
Department : Infrastruktur og veg
Postal address : Askedalen 2
Town : LEIKANGER
Postcode : 6863
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Hilde Olsen
Telephone : +47 05557
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926 723 367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 3cfdc106-f5f5-42a9-b6c3-fb5c44cdf38f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/09/2025 12:40 +00:00
Notice dispatch date (eSender) : 02/09/2025 12:54 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00579135-2025
OJ S issue number : 169/2025
Publication date : 04/09/2025