National road 52 Tuv-Venås and Storeskar - Galdane

National road 52 is the mountain pass between Østlandet and Western Norway with the highest share of heavy transport. The aim of all the measures on National Road 52 is to improve accessibility, traffic safety and operational conditions, especially in winter. Tuv-Venås: On the stretch between Tuv and Venås, the …

CPV: 45000000 Строителни и монтажни работи, 45221111 Строителни и монтажни работи по общо изграждане на пътни мостове, 45233124 Строителни и монтажни работи на пътища I клас, 45233130 Строителни и монтажни работи на национални пътища
Място на изпълнение:
National road 52 Tuv-Venås and Storeskar - Galdane
Издаващ орган:
Statens vegvesen
Номер на наградата:
25/238024

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 : National road 52 Tuv-Venås and Storeskar - Galdane
Description : National road 52 is the mountain pass between Østlandet and Western Norway with the highest share of heavy transport. The aim of all the measures on National Road 52 is to improve accessibility, traffic safety and operational conditions, especially in winter. Tuv-Venås: On the stretch between Tuv and Venås, the current road has a steep climb of 8.2-9.1 % in Støytebakken. This means that heavy vehicles get stuck in winter, which in turn causes blocking back, reduced accessibility and traffic hazardous situations. The current chain site is undersized and not built in accordance with the current requirements. There are no offers on the stretch for soft road users. Riksvegen shall therefore be improved to an H1 road, with a special focus on better vertical curvature, a parallel foot and cycle path shall be established and the chain place shall be moved and built according to requirements in the current hand books. The speed limit is set at 60 km/h up to Venås bridge. Walls and access screens shall be constructed. New sub-drains shall be established through national road 52, and old sub-drains shall be removed. Today Storeskar bridge has registered damage, and is after the new Skjøiten bridge was built, the weakest point on national road 52. The bridge ́s adjoining road currently has a crease S-curve that does not meet the current normal requirements. New Storeskar bridge is included in the contract work and adjoining road geometry shall be improved to H1 standard. The speed limit is set at 80 km/h. The Norwegian Public Roads Administration has, as a part of its engineering design, carried out a detailed engineering design services for the bridge and has carried out technical approval of this. Detailed engineering design services and technical certification will be made available for the contractor in chapter F and it can be used by the tenderer. If such use, the tenderer makes the material theirs and will be responsible for any further use of this. There are high rock cuttings in the project that shall be blasted, and securing rock shall be Performed. Blasting works have previously been carried out in the rock cuttings, and the remaining undetoned explosives must be expected. Gamle Storeskar bridge is demolished and removed after the new Storeskar bridge is trafficked.
Procedure identifier : 10ebee41-e32c-4abb-a192-f4ac0f5be3d7
Internal identifier : 25/238024
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
Additional classification ( cpv ): 45221111 Road bridge construction work
Additional classification ( cpv ): 45233124 Trunk road construction work
Additional classification ( cpv ): 45233130 Construction work for highways

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information : Hemsedal 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 : National road 52 Tuv-Venås and Storeskar - Galdane
Description : National road 52 is the mountain pass between Østlandet and Western Norway with the highest share of heavy transport. The aim of all the measures on National Road 52 is to improve accessibility, traffic safety and operational conditions, especially in winter. Tuv-Venås: On the stretch between Tuv and Venås, the current road has a steep climb of 8.2-9.1 % in Støytebakken. This means that heavy vehicles get stuck in winter, which in turn causes blocking back, reduced accessibility and traffic hazardous situations. The current chain site is undersized and not built in accordance with the current requirements. There are no offers on the stretch for soft road users. Riksvegen shall therefore be improved to an H1 road, with a special focus on better vertical curvature, a parallel foot and cycle path shall be established and the chain place shall be moved and built according to requirements in the current hand books. The speed limit is set at 60 km/h up to Venås bridge. Walls and access screens shall be constructed. New sub-drains shall be established through national road 52, and old sub-drains shall be removed. Today Storeskar bridge has registered damage, and is after the new Skjøiten bridge was built, the weakest point on national road 52. The bridge ́s adjoining road currently has a crease S-curve that does not meet the current normal requirements. New Storeskar bridge is included in the contract work and adjoining road geometry shall be improved to H1 standard. The speed limit is set at 80 km/h. The Norwegian Public Roads Administration has, as a part of its engineering design, carried out a detailed engineering design services for the bridge and has carried out technical approval of this. Detailed engineering design services and technical certification will be made available for the contractor in chapter F and it can be used by the tenderer. If such use, the tenderer makes the material theirs and will be responsible for any further use of this. There are high rock cuttings in the project that shall be blasted, and securing rock shall be Performed. Blasting works have previously been carried out in the rock cuttings, and the remaining undetoned explosives must be expected. Gamle Storeskar bridge is demolished and removed after the new Storeskar bridge is trafficked.
Internal identifier : 25/238024

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45221111 Road bridge construction work
Additional classification ( cpv ): 45233124 Trunk road construction work
Additional classification ( cpv ): 45233130 Construction work for highways

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information : Hemsedal municipality

5.1.3 Estimated duration

Duration : 17 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : The contractor shall be a legally established company or consist of a community of contractors who are legally established companies. The requirement also applies to entities that the contractor will use, cf. point 4.1. below. The contractor shall not be a unit that is subject to the ban in the sanctions regulations. Ukraine § 8n. Documentation requirement: 1. Certificate from the Register of Business Enterprises or an equivalent certificate for statutory registration in the countries where the contractor or the entities that jointly constitute the contractor, c.f. chapter 1 B2 point 4.2, has been established, as well as an equivalent certificate for all entities that the contractor will use to be qualified, cf. chapter 1. B2 point 4.1. 2. Completed table in chapter 2. E1 point 3.2, possibly completed points 3.3 and 3.4. 3. A completed self-declaration on the relation to the current sanctions law, c.f. chapter 3. E1 point 3.6. 4. Upon request from the builder, the contractor shall document who is real right holders in the contractor, companies in the contractor ́s group or companies that the contractor has controlling ownership or authority in, companies that the contractor will use, contractual partners and anyone else in the supplier chain, as well as information on who is the general manager, chairman and other senior executives at the contractor.
Criterion : Other economic or financial requirements
Description : Tenderers shall have sufficient economic and financial capacity to implement the contract and it shall also fulfil the following requirements: 1. Tenderers shall have equity of minimum NOK 40 million. 2. Tenderers shall have an equity ratio of at least 10%. 3. The contractor shall have an average annual turnover of minimum NOK 100 million for 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) of importance for the tenderer's accounting figures. 2. A brief account of information on economic conditions or losses which are not documented elsewhere and which are required to be documented in accordance with norwegian and/or international accounting standards. The account shall also include any events of significance that have occurred after the last revised annual accounts. 3. An overview of any newly executed, ongoing or imminent tax or public reviews of the contractor's activities. 4. Completed table in chapter 1. E1 point 4. If the contractor has a justifiable reason for not submitting the documentation the builder has demanded, he can document his economic and financial capacity by to present any other document of relevance to the company ́s accounting figures/finances and which the builder deems suitable. The contractor shall justify why he cannot submit the documentation the builder has required.
Criterion : Relevant educational and professional qualifications
Description : Tenderers shall have sufficient experience with carrying out road projects of relevant nature and degree of difficulty. The contractor shall, in addition, have sufficient experience of a relevant nature and degree of difficulty. from the following central works: - Model based engineering design services for all relevant disciplines. - Bridge structures - Road construction in and along busy roads - Rock blasting and securing rock. Tenderers shall themselves have experience from the execution of the central work as mentioned above. If the contractor only has experience from, for example, to manage helpers, the contractor must rely on other entities that have the necessary experience from the execution of the relevant central works, see B2 point 4.1. Documentation requirement: 1. A list of up to 8 and not less than 3 contracts that the contractor has carried out or carried out during the last five years calculated from the deadline for submission of requests for participation in the competition. Minimum and the maximum limit applies to the total number of reference projects and is equal to regardless of whether the contractor fulfils the qualification requirement alone or rely on others to fulfil the qualification requirement. The listed the reference projects shall together document fulfilment of the qualification requirement. The list shall, cf. the form be included in the chapter. E1 point 5.1, contain the following for each of Contracts: Name of the recipient (contracting authority) Description of what the contract work was like, including relevance in relation to related to the qualification requirement. What work was carried out by the contractor himself, and which work was was carried out by sub-contractors. Date of the delivery. The value of the contract. Contact person at the contracting authority with contact data (telephone number and email address), and an indication of the function in question at the contracting authority under Contract. The gender neutral preferred may be contacted in order to verify that the information in the form is correct. The contractor is responsible for ensuring that The gender neutral preferred is available. 2. Completed form in chapter 2. E1 point 5.1 which confirms who shall carry out what of the central works and which references apply to each of the central Works.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 3
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have an HSE system that fulfils the requirements in the Regulations on systematic health, environment and safety work in organisations (the Internal Control Regulations). The 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 who has made audits.
Criterion : Relevant educational and professional qualifications
Description : The contractor and the contracting authorities that he will use to fulfil the requirement for technical and professional qualifications in point 2.4.1 cf. point 4.1, shall have an average The H2-value for the last three years is 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 builder will carry out an overall assessment based on the contractor's an account and will, based on this, be able to qualify the contractor for this. point. Special events and trends in the account will be emphasised in overall assessment. If the contractor 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 10 exalted in 6. Documentation requirement: 1. An overview of the H2-value for the last three years, for the contractor and for any contract helpers that he will use to fulfil the technical and professional requirements qualifications in point 2.4.1, cf. point 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 enclosed in the request for participation of on whether improvement measures have been implemented, and if present, an attached documentation of the effect of the measures based on "recent" accident rates.
Criterion : Environmental management measures
Description : Tenderers shall be certified in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and audit scheme for environmental management), or Miljøfyrtårn, of relevance for equivalent transport projects. Documentation requirement: 1. Certificate issued by an independent body that documents that the contractor is certified 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 countries. 2. Other documentation for equivalent environmental management measures will be accepted if the contractor cannot obtain such certificates by the deadline, and this does not due to the contractor himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environment systems or standards. The contractor shall justify why he did not have the opportunity to receive such certificates by the deadline, and what this is due to.
Criterion : Measures for ensuring quality
Description : The contractor 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 contractor is certified in accordance with ISO 9001 (2015). The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA states. 2. Other documentation for equivalent quality assurance measures will be accepted if the contractor cannot obtain such certificates by the deadline, and this does not due to the contractor himself. It is a prerequisite that the tenderer documents that these measures is equivalent to ISO 9001 (2015). The contractor shall justify why he did not have the opportunity to receive such certificates by the deadline, and what this is due to.
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 : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated

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 requests to participate : 02/10/2025 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 : Oslo tingrett
Information about review deadlines : See the tender documentation
Organisation receiving requests to participate : Statens vegvesen

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 : Stine Henstein
Telephone : +47 95766381
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate

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

Notice information

Notice identifier/version : f75a28a1-e047-42a0-9714-73183f07bce4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/09/2025 14:09 +00:00
Notice dispatch date (eSender) : 02/09/2025 14:36 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00577361-2025
OJ S issue number : 169/2025
Publication date : 04/09/2025