County road 614 Magnhildskartunnelen, Vestland county

County road 614 The Magnhildskar tunnel is located on Myklebustfjellet on the municipal border between Kinn and Bremanger municipality, and connects Florø with Svelgen and Måløy. Vestland County shall upgrade the Magnhildskar tunnel so that the tunnel fulfils the minimum requirements in the county road tunnel safety regulations. The tunnel …

CPV: 45000000 Строителни и монтажни работи, 45310000 Строителни и монтажни работи на електрически инсталации
Краен срок:
Юни 30, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
County road 614 Magnhildskartunnelen, Vestland county
Издаващ орган:
Vestland fylkeskommune
Номер на наградата:
VLFK/25/131

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 614 Magnhildskartunnelen, Vestland county
Description : County road 614 The Magnhildskar tunnel is located on Myklebustfjellet on the municipal border between Kinn and Bremanger municipality, and connects Florø with Svelgen and Måløy. Vestland County shall upgrade the Magnhildskar tunnel so that the tunnel fulfils the minimum requirements in the county road tunnel safety regulations. The tunnel was opened to traffic in 1965 and was upgraded in 2003. The tunnel is 2,897 metres long, the tunnel profile is about T7, the speed limit is 70 km/h and ÅDT is 613 (2024). The work comprises (most of the major works are listed below) • Demolition work, generally all the existing safety equipment, signs, ventilation, water frost protection and full casting. • Blasting for an expanded tunnel profile for increased high and road width and width for side areas. Blasting for a havariny with a cross pole for technical buildings and ditches • Cleaning and securing work • 1 technical building in a cross pole in havarinisje, construction method prefabricated concrete elements. • Joint pipeline for drainage and surface water (washing water), sand traps and inspection manholes c-c 160 m, oil separator outside the tunnel. •Superstructure • Water and frost protection • Conveyance paths for high voltage, low voltage and fibre, including ditches • Guide edge on one side • Asphalt works • Tunnel lighting and the establishment of road lighting in the transition zone. • Ventilation, directional control fans • New safety equipment and CRM • New signs, closure manholes and road markings. • Filling for vendehammer/filling for mass surplus • Polluted matter for certified landfills. • Renovation of tunnel portals The contractor shall use professional models for placement data. See chapter 1. D1 Process 11.2. For some disciplines drawings provide supplementary information.
Procedure identifier : 437091f0-6f0f-4953-9e27-14a979e1f81e
Internal identifier : VLFK/25/131
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 ): 45310000 Electrical installation work

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : Kinn and Bremanger municipalities

2.1.3 Value

Estimated value excluding VAT : 195 000 000 Norwegian krone

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 : 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 : County road 614 Magnhildskartunnelen, Vestland county
Description : County road 614 The Magnhildskar tunnel is located on Myklebustfjellet on the municipal border between Kinn and Bremanger municipality, and connects Florø with Svelgen and Måløy. Vestland County shall upgrade the Magnhildskar tunnel so that the tunnel fulfils the minimum requirements in the county road tunnel safety regulations. The tunnel was opened to traffic in 1965 and was upgraded in 2003. The tunnel is 2,897 metres long, the tunnel profile is about T7, the speed limit is 70 km/h and ÅDT is 613 (2024). The work comprises (most of the major works are listed below) • Demolition work, generally all the existing safety equipment, signs, ventilation, water frost protection and full casting. • Blasting for an expanded tunnel profile for increased high and road width and width for side areas. Blasting for a havariny with a cross pole for technical buildings and ditches • Cleaning and securing work • 1 technical building in a cross pole in havarinisje, construction method prefabricated concrete elements. • Joint pipeline for drainage and surface water (washing water), sand traps and inspection manholes c-c 160 m, oil separator outside the tunnel. •Superstructure • Water and frost protection • Conveyance paths for high voltage, low voltage and fibre, including ditches • Guide edge on one side • Asphalt works • Tunnel lighting and the establishment of road lighting in the transition zone. • Ventilation, directional control fans • New safety equipment and CRM • New signs, closure manholes and road markings. • Filling for vendehammer/filling for mass surplus • Polluted matter for certified landfills. • Renovation of tunnel portals The contractor shall use professional models for placement data. See chapter 1. D1 Process 11.2. For some disciplines drawings provide supplementary information.
Internal identifier : VLFK/25/131

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45310000 Electrical installation work

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : Kinn and Bremanger municipalities

5.1.3 Estimated duration

Start date : 20/08/2025
Duration end date : 02/09/2027

5.1.5 Value

Estimated value excluding VAT : 195 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : 1. Tenderers shall have equity of minimum NOK 15 million. 2. Tenderers shall have an equity percentage of at least 10%. 3. Tenderers shall have an average annual turnover of minimum NOK 100 million in the last three financial years. See also the tender documentation chapter B2 point 2.3.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : See the tender documentation chapter B2 point 2.5.
Criterion : Enrolment in a relevant professional register
Description : The tenderer shall be a legally established company.
Criterion : Technicians or technical bodies to carry out the work
Description : See the tender documentation chapter B2 point 2.4.

5.1.11 Procurement documents

Deadline for requesting additional information : 19/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=57235

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 76 Day
Information about public opening :
Opening date : 30/06/2025 10:01 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
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 -
Organisation providing more information on the review procedures : Hordaland tingrett -

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 : Rønnaug Nesheim
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
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : cef66b25-ca4a-4ddc-bd4c-50b56ceb808f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/05/2025 14:09 +00:00
Notice dispatch date (eSender) : 06/05/2025 14:16 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00297402-2025
OJ S issue number : 89/2025
Publication date : 08/05/2025