E39 Road junction

The road junction shall be altered to a two level junction with the accompanying and exit ramps for E39. The existing bridge under E39 shall be demolished and a new bridge shall be constructed with two roadways and a pavement under the bridge. The existing bus lay-bys will be kept …

CPV: 45000000 Строителни и монтажни работи, 45262300 Специализирани строителни работи по изливане на бетон
Краен срок:
Окт. 1, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
E39 Road junction
Издаващ орган:
Statens vegvesen
Номер на наградата:
25/67213

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : E39 Road junction
Description : The road junction shall be altered to a two level junction with the accompanying and exit ramps for E39. The existing bridge under E39 shall be demolished and a new bridge shall be constructed with two roadways and a pavement under the bridge. The existing bus lay-bys will be kept up to E39 and a necessary footpath system is to be established from the bus bays to the municipal road network. The contract works mainly comprise approx. 510 m expansion of the E39 from two to four lanes, construction of a temporary roundabout and 250 m interim road, demolition and construction of a new culvert under E39, expansion of municipal roads/construction of foot and cycle paths and alterations to the existing infrastructure in the area. The road lighting installations are to be renewed at the junction area and approx. 500 m southwest along the E39.
Procedure identifier : eefa178f-267c-4989-a376-0b60bec6abd5
Internal identifier : 25/67213
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45262300 Concrete work

2.1.2 Place of performance

Postal address : Veibustkrysset
Town : Sula
Postcode : 6030
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : E39 Road junction

2.1.4 General information

Additional information : A tender conference will be held meet at The Norwegian Public Roads Administration, Vestre Olsviksveg 13, 6019 Ålesund, Tuesday 16.sept 2025, 13.00. Registration for the tender conference will be via KGV. The tender conference will be held in Norwegian. Any questions that tenderers would like to ask to the contracting authority at the tender conference can also be sent in writing to KGV. before the tender conference. Climate and environmental requirements in the requirement specifications are considered to have a clearly better effect than climate and environmental considerations in the award criteria. The justification is in the annex to the tender documentation.
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 : E39 Road junction
Description : The road junction shall be altered to a two level junction with the accompanying and exit ramps for E39. The existing bridge under E39 shall be demolished and a new bridge shall be constructed with two roadways and a pavement under the bridge. The existing bus lay-bys will be kept up to E39 and a necessary footpath system is to be established from the bus bays to the municipal road network. The contract works mainly comprise approx. 510 m expansion of the E39 from two to four lanes, construction of a temporary roundabout and 250 m interim road, demolition and construction of a new culvert under E39, expansion of municipal roads/construction of foot and cycle paths and alterations to the existing infrastructure in the area. The road lighting installations are to be renewed at the junction area and approx. 500 m southwest along the E39.
Internal identifier : 25/67213

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45262300 Concrete work

5.1.2 Place of performance

Postal address : Veibustkrysset
Town : Sula
Postcode : 6030
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : E39 Road junction

5.1.3 Estimated duration

Duration : 20 Month

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 : A tender conference will be held meet at The Norwegian Public Roads Administration, Vestre Olsviksveg 13, 6019 Ålesund, Tuesday 16.sept 2025, 13.00. Registration for the tender conference will be via KGV. The tender conference will be held in Norwegian. Any questions that tenderers would like to ask to the contracting authority at the tender conference can also be sent in writing to KGV. before the tender conference. Climate and environmental requirements in the requirement specifications are considered to have a clearly better effect than climate and environmental considerations in the award criteria. The justification is in the annex to the tender documentation.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : 2.2. The organisational and legal standing of the tenderer Qualification requirement: Tenderers shall be a legally established company or consist of a community of tenderers who are legally established companies. The requirement also applies to entities that the tenderer will use, cf. B2 point 4.1. 4. Upon request from the builder, the tenderer shall document who is genuine rights holders in the tenderer, companies in the tenderer's group or companies that the tenderer has controlling ownership or authority in a company that the tenderer relies on, contract helpers and anyone else in the supplier chain, as well as information on who is the general manager, chairman of the board and other senior management employees at Vendor Tenderers shall not be a unit that is affected by the ban in § 8n in the sanctions regulations. Ukraine. Documentation requirement: 1. Certificate from the Register of Business Enterprises or an equivalent certificate for statutory registration in the countries in which the tenderer or the entities that jointly constitute the tenderer, cf. B2 point 4.2, has been established, as well as an equivalent certificate for all entities that the tenderer will use to be qualified. B2 point 4.1. 2. Completed table in chapter E1 point 3.2 and possibly completed points 3.3 and 3.4. 3. A completed self-declaration on the relation to applicable sanctions law, cf. E1 point 8 Annex 3.
Criterion : Other economic or financial requirements
Description : 2.3. The tenderer ́s economic and financial capacity. Qualification requirement: Tenderers shall have sufficient economic and financial capacity to carry out the contract and it shall also fulfil the following requirements: 1. Tenderers shall have positive equity. 2. Tenderers shall have an equity percentage of at least 10%. 3. Tenderers shall have an average annual turnover of minimum NOK 100,000,000. 70,000,000 in the last three fiscal years. Documentation requirement: 1. The tenderer's annual accounts, annual report and auditor's report for the last three years. and recent information (quarterly accounts) that are significant for the tenderer's accounting figures. 2. A brief account of information on financial conditions or losses. which are not documented elsewhere and are required to be documented in accordance with Norwegian and/or international accounting standards. 3. An overview of any newly executed, ongoing or imminent tax or public reviews of the tenderer's activities. 4. An overview of any events of significance that have taken place after release of the last revised annual accounts. 5. Completed table in chapter E1 point 4. If the tenderer has a justifiable reason for not submitting the documentation the contracting authority has demanded, he can document his economic and financial capacity. by presenting any other document of relevance to the company's accounting figures/finances and which the contracting authority deems suitable. The tenderer shall substantiate why he cannot submit the documentation that the contracting authority has required.
Criterion : Relevant educational and professional qualifications
Description : 2.4. The tenderer ́s technical and professional qualifications. 2.4.1. Relevant experience Qualification requirement: Tenderers shall have sufficient experience of a relevant nature and degree of difficulty, including from the following central works: 1. Mass handling 2. Concrete work 3. Blasting 4. Road construction on/along busy roads Tenderers shall themselves have experience from the execution of the central work as mentioned above. It is not sufficient that the tenderer only has experience from, for example, control the sub-contractors ́ execution of the central works. If the tenderer only has experience from, for example, managing sub-contractors, the tenderer must rely on. other companies that have the necessary experience from the execution of the relevant central works, see B2 point 4.1. Documentation requirement: A list of up to 5 and not less than 3 contracts that the tenderer has carried out. or shall be executed during the last five years calculated from the tender deadline. The list shall, cf. The form is included in chapter E1 point 5, containing the following for each of the contracts: • Name of the recipient (contracting authority) • A description of what the contract work was like, including relevance to the qualification requirements. • What work was carried out by the tenderer and what work was carried out of sub-suppliers (contractual partners). • Date of the delivery. • The contract ́s value. • Reference person/gender neutral preferred at the contracting authority with contact data (telephone number and e-mail address) and a statement of the person concerned ́s role at the contracting authority under Contract. The tenderer will be responsible for ensuring that the reference person is available and gives reference.
Criterion : Other economic or financial requirements
Description : 2.5. Health, environment and safety (HSE) and quality 2.5.1. HSE system Qualification requirement: Tenderers shall have an HSE system that fulfils the requirements in the Systematic Regulations. health, environment and safety work in entities (the Internal Control Regulations). System shall be subject to regular audits. Documentation requirement: 1. Description of the tenderer's system for safeguarding HSE and possibly ISO 45001- certificate. 2. Documentation of the audit in recent years with confirmation from the person/persons who have made audit.
Criterion : Other economic or financial requirements
Description : 2.5.2. Accident rate (H2-value). Qualification requirement: the tenderer and the suppliers that they will use to fulfil the technical and professional qualifications in B2 point 2.4 cf. 4.1 shall have an average H2-value for the the last three years that are 12 or lower. If the H2-value is higher than 12, an account shall be provided of the developing trend for the H2 Value. In such cases, the contracting authority will undertake an overall assessment based on the tenderer ́s account and will, based on this, still be able to qualify tenderers at this point. Special events and trends in the account will be emphasised in the overall assessment. If the tenderer is a working partnership (supplier consortium), the requirements apply for each individually by the participants. The H2-value is defined as the number of work accidents with and without absence, divided by the performed man-hours multiplied by 106. Documentation requirement: 1. An overview of the H2-value for the last three years, for the tenderer and for any suppliers that they will use to fulfil the technical and professional requirements. qualifications in B2 point 2.4 cf. 4.1. 2. If the H2-value is higher than 12, an account shall be provided of the developing trend for The H2-value. A separate description shall be given in the tender as to whether it is implemented. improvement measures, and if present, documentation of the effect of the measures based on "recent" accident rates.
Criterion : Environmental management measures
Description : 2.5.3. Environmental management system Qualification requirement: Tenderers shall be certified in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and The Audit Scheme for Environmental Management), or The Eco-Lighthouse, of relevance for equivalent transport projects. Documentation requirement: 1. Certificate issued by an independent body that documents that the tenderer is certified in in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for Environmental Managment) or the Eco-Lighthouse Scheme. The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA states. 2. Other documentation for equivalent environmental management measures will be accepted if tenderers will not be able to obtain such certificates by the deadline, and is due to the tenderer himself. It is a prerequisite that the tenderer documents that these the measures are equivalent to the requested environmental systems or the standards. Vendor justify why he did not have the opportunity to obtain such certificates by the deadline, and what this is due to.
Criterion : Environmental management measures
Description : 2.5.4. Quality Assurance Qualification requirement: Tenderers shall be certified in accordance with ISO 9001 (2015), with relevance for equivalent transport projects. Documentation requirement: 1. Certificate issued by an independent body that documents that the tenderer is certified in in accordance with ISO 9001 (2015). The independent body must be accredited by The Norwegian Language. accreditation or equivalent bodies in other EEA states. 2. Other documentation for equivalent quality assurance measures will be accepted if tenderers will not be able to obtain such certificates by the deadline, and is due to the tenderer himself. It is a prerequisite that the tenderer documents that these the measures is equivalent to ISO 9001 (2015). The tenderer shall justify why he did not had the opportunity to obtain such certificates by the deadline, and what this was due to.

5.1.10 Award criteria

Criterion :
Type : Price
Name : K1: Tender Sum
Description : The Contractor's tender sum
Criterion :
Type : Quality
Name : K2: Taking care of the outer environment and reduction of greenhouse gas emissions in the project
Description : Contractor's reduction of greenhouse gas emissions from site machines
Description of the method to be used if weighting cannot be expressed by criteria : The following award criteria will form the basis of the evaluation: K1: Tender Sum K2: Taking care of the outer environment and reduction of greenhouse gas emissions in the project The builder will assess the tenders in the evaluation on the basis of the award criteria and calculate each of the tenders ́s competition sum. Tender with the lowest the competition sum will give the best relationship between price and quality, and the contractor with the lowest tender sum will therefore be awarded the contract.

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 01/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 8 Week
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 : Oslo tingrett
Information about review deadlines : Any appeals regarding the competition that are brought before the Appeals Board for public procurements (KOFA) shall use the following in relation to statement of the accused in your complaint: The Norwegian Public Roads Administration Development

8. Organisations

8.1 ORG-0001

Official name : Statens vegvesen
Registration number : 971032081
Department : Fellesfunksjoner
Postal address : Skoggata 19
Town : Moss
Postcode : 1500
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Kristine Hamre
Telephone : +47 97741544
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 14f7620e-9ad2-48ab-9b5c-701b9abc806c-01
Main reason for change : Information updated
Description : Have stated the qualification requirements together with the accompanying documentation requirements.

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000

Notice information

Notice identifier/version : 00b421e0-8758-465d-8f6a-ee4cdfd1a20b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/09/2025 11:36 +00:00
Notice dispatch date (eSender) : 03/09/2025 11:49 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00579100-2025
OJ S issue number : 169/2025
Publication date : 04/09/2025