R05 Framework agreement shelter terminals

Vestland County shall procure a long-term framework agreement for shelters, toilet facilities, break rooms and parts for maintenance. All entities in the county shall have the possibility to use the framework agreement. The contracting authority will be able to use this framework agreement for any call-offs for light rail development, …

CPV: 45000000 Stavební práce, 45200000 Práce pro kompletní nebo částečnou výstavbu inženýrské stavitelství
Místo provedení:
R05 Framework agreement shelter terminals
Misto zadání:
Vestland fylkeskommune
Číslo zakázky:
VLFK/25/158

1. Buyer

1.1 Buyer

Official name : Vestland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : R05 Framework agreement shelter terminals
Description : Vestland County shall procure a long-term framework agreement for shelters, toilet facilities, break rooms and parts for maintenance. All entities in the county shall have the possibility to use the framework agreement. The contracting authority will be able to use this framework agreement for any call-offs for light rail development, on construction stages 5 and 6.
Procedure identifier : 61b378a3-0470-4ed1-a66c-f1a55e3e64c0
Internal identifier : VLFK/25/158
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : This procurement will be carried out in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and regulation 12 August 2016 no. 975 on procurement rules in the supply sectors (The Supply Regulations). The procurement will be carried out as a negotiated procedure after a prior notice in accordance with the Utilities Regulations parts I and II cf. §9-1. This procedure gives all interested suppliers the possibility to submit a request for participation in the competition. Only tenderers who are then invited by the contracting authority can submit a tender.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 80 000 000 Norwegian krone
Maximum value of the framework agreement : 200 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/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 of obligations set under purely national exclusion grounds : The following rejection reasons in the Utilities Regulations § 20-2 are purely national rejection reasons that tenderers shall respond to in part III section D: 20-2 (2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. 20-2 (3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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 : R05 Framework agreement shelter terminals
Description : Vestland County shall procure a long-term framework agreement for shelters, toilet facilities, break rooms and parts for maintenance. All entities in the county shall have the possibility to use the framework agreement. The contracting authority will be able to use this framework agreement for any call-offs for light rail development, on construction stages 5 and 6.
Internal identifier : VLFK/25/158

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 15/12/2025
Duration end date : 15/12/2029

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 24 months

5.1.5 Value

Estimated value excluding VAT : 80 000 000 Norwegian krone
Maximum value of the framework agreement : 200 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Information about previous notices :
Identifier of the previous notice : 103484-2025

5.1.7 Strategic procurement

Green Procurement Criteria : National Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified deliveries
Description : Demand: The tenderer's experience from relevant and comparable deliveries. When selection of qualified tenderers, the contracting authority will undertake an overall assessment of the tenderer ́s relevant experience. The contracting authority will particularly emphasise: • Constructions most comparable with the described structures in this competition • Recent reference projects will be emphasised heavier than older reference projects. Documentation requirement: Under this criteria, an assessment will be made as to what degree the described comparable reference assignments are relevant for this procurement. The Contracting Authority must have the possibility to contact the contact persons stated in Annex 5 The tenderer ́s own reference descriptions. The selection will be based on the submitted documentation of the qualification requirement connected to experience in point 11.5.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Order of importance : 1
Criterion : Other economic or financial requirements
Description : Demand: Economic and financial position. Documentation requirement: The selection will be based on the submitted documentation of the qualification requirement connected to the economic and financial position in point 11.4.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Order of importance : 2
Criterion : Other economic or financial requirements
Description : Demand: The tenderer shall have good financial strength to be able to fulfil the contract. Documentation requirement: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from 2022, 2023 and 2024. If the Annual Financial Statements for the last year are not finished before the deadline for requests for this contest expires, the last year's preliminary annual accounts should also be attached. The contracting authority reserves the right to carry out a credit assessment from Experian. The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity. The contracting authority will obtain revised annual accounts from the Brønnøysund Register Centre for Norwegian tenderers. The Norwegian tenderers shall therefore not deliver revised annual accounts. Sub-suppliers that the tenderer will use to fulfil the qualification requirement must submit equivalent documentation, commitment statement and ESPD form, see the tender documentation point 9.3.1.
Criterion : References on specified deliveries
Description : Demand: Tenderers shall have experience from relevant and comparable deliveries. Relevant and comparable deliveries means experience with engineering design services for and the construction of shelters, or similar structures. Similar constructions means similar materials, construction methods and assembly methods. Tenderers must have experience with assembly of supporting steel structures. Documentation requirement: A description shall be given of the tenderer ́s up to 5 most relevant and comparable assignments from the last 5 years. The description shall not exceed 5 A-4 pages in total. Descriptions of the tenderer's most important deliveries that were carried out more than 5 years ago will also be considered. Tenderers shall document fulfilment by filling in the attached template for reference descriptions. See Annex 5 The tenderer ́s own reference descriptions. Sub-suppliers that the tenderer will use to fulfil the qualification requirement must submit equivalent documentation, commitment statement and ESPD form, see the tender documentation point 9.3.1.
Criterion : Measures for ensuring quality
Description : Demand: Tenderers shall have a documented quality management system. Documentation requirement: A description of the tenderer ́s quality system (max. 1 A4 page). 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 : Measures for ensuring quality
Description : Demand: Tenderers shall have a documented HSE system. Documentation requirement: A description of the tenderer's HSE system (max. one A4 page). If a tenderer is certified in accordance with ISO 45001 (OHSAS18001) or equivalent HSE system certification, it is sufficient to submit a copy of a valid certificate.
Criterion : Environmental management measures
Description : Demand: Tenderers shall have a documented environmental management system. Documentation requirement: A description of the tenderer's environmental management system (max. one A4 page). 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 : Other economic or financial requirements
Description : Demand: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax certificate not older than six months calculated from the tender deadline. Tax certificate means: Norwegian tenderers: A tax and VAT certificate issued by the tax office via Altinn. Foreign tenderers: Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Criterion : Enrolment in a relevant professional register
Description : Demand: The tenderer shall be a legally established company. Documentation requirement: Norwegian tenderers: •Registration. The contracting authority will obtain a company registration certificate from the Brønnøysund Register Centre for Norwegian tenderers. The Norwegian tenderers shall therefore not enclose a company registration certificate. Foreign tenderers: • Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.
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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The criterium will be evaluated on the basis of the evaluation sum in Annex B, Remuneration.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 45
Criterion :
Type : Quality
Name : Technical solution
Description : Criterion: The offered system for shelters in Module A1-A9, as well as a system for toilet facilities and a break room in Module B, C, D and E (ref. Annex A, E1 and E2). See the tender documentation for specified evaluation monuments. Documentation requirement: Models for the offered system. See the tender documentation for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Assignment comprehension
Description : Criterion: Under this criteria, the contracting authority ́s assessment will be based on to what degree the tenderer demonstrates a good understanding of the assignments ́ complexity and implementation requirements, as well as how the tenderer plans to ensure effective and quality-wise good execution of call-offs in practice. Furthermore, it will be considered how the tenderer offers good project execution of call-offs at Storavatnet public transport terminal (see Annex A for further description of the call-off). See the tender documentation for specified evaluation monuments. Documentation requirement: An account of how the tenderer will carry out assignments under the framework agreement, which as a minimum includes the following: implementation plan, documentation of experience and competence and the plan for reduced climate and environmental footprint. See the tender documentation for detailed documentation requirements.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 19/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59488

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 15/08/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : See Annex H Bank Guarantee - Demand.
Deadline for receipt of requests to participate : 01/07/2025 12:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the contract.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the contract.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Hordaland tingrett -
Review organisation : Hordaland tingrett -
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Hordaland tingrett -
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Hordaland tingrett -
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Hordaland tingrett -
Organisation providing additional information about the procurement procedure : Vestland fylkeskommune -
Organisation providing offline access to the procurement documents : Vestland fylkeskommune -
Organisation providing more information on the review procedures : Hordaland tingrett -
Organisation receiving requests to participate : Vestland fylkeskommune -
Organisation processing tenders : Vestland fylkeskommune -

8. Organisations

8.1 ORG-0001

Official name : Vestland fylkeskommune
Registration number : 821311632
Department : Eigedom
Postal address : Askedalen 2
Town : LEIKANGER
Postcode : 6863
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Sivert Kvalheim Beyer
Telephone : +47 05557
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

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
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : 52c00cc0-b6c2-4a7e-b47b-c175f29da2e1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/05/2025 13:08 +00:00
Notice dispatch date (eSender) : 23/05/2025 13:08 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00342507-2025
OJ S issue number : 101/2025
Publication date : 27/05/2025