Bicycle express road E18 Vollevannet - Oddemarka

The work includes the construction of approx. 1,350 m new bicycle express road parallel to the E18 from just east of Vollevannet until Oddemarka in Kristiansand municipality, the project also includes the expansion of the E18 in the eastbound direction from Bjørndalssletta to Vollevannet. The contract includes, among other things, …

CPV: 45000000 Bauarbeiten, 45233162 Bau von Fahrradwegen
Ausführungsort:
Bicycle express road E18 Vollevannet - Oddemarka
Vergabestelle:
Statens vegvesen
Vergabenummer:
24/275088

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 : Bicycle express road E18 Vollevannet - Oddemarka
Description : The work includes the construction of approx. 1,350 m new bicycle express road parallel to the E18 from just east of Vollevannet until Oddemarka in Kristiansand municipality, the project also includes the expansion of the E18 in the eastbound direction from Bjørndalssletta to Vollevannet. The contract includes, among other things, the construction of a new bicycle express road, foot and cycle bridge over the existing roundabout at Oddemarka, necessary alterations to the technical infrastructure in the ground, the necessary stabilisation of ground, minor retaining walls, noise screens, filling in Vollevannet and expanding the existing rock cutting for public transport lanes on the E18. Bjørndalssletta and the start of Vollebakken shall be redeveloped to a new profile with a pavement. In addition three bus stops along the E18 shall be expanded so that there is room for two buses, possibly an articulated bus.
Procedure identifier : affab367-a108-451b-b5fe-62bb8e58d2ea
Internal identifier : 24/275088
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 ): 45233162 Cycle path construction work

2.1.2 Place of performance

Postal address : Vollevannet - Oddemarka, Kristiansand
Town : Kristiansand
Postcode : 4608
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.4 General information

Additional information : A tender conference will be held 14-10-2025, meet at Rigedalen 5, Kristiansand, 13:00. Registration for the tender conference will be via KGV. In this competition it is considered that climate and environmental considerations in the requirement specifications clearly give better effect than climate and environmental considerations in the award criteria. The justification is given in the annex to the tender documentation.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice, Procurement Document
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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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?
Lack of reliability to exclude risks to the security of the country : Grossly incorrect information, failed to provide information, unable to present the requested supporting documents and misleading information that could be provided for the competition. Has the tenderer: a) given grossly incorrect information in the notification of the information required to check that there is no basis for rejection, or that the qualification requirements are fulfilled, b) failed to provide such information, c) subject to immediately submit the supporting documents requested by the Contracting Authority, or d) unjustly affected the contracting authority's decision making to acquire confidential information that could give this an unlawful advantage in connection with the competition, or negligently has given misleading information that could have a significant influence on decisions on rejection, selection or award?
Breaching of obligations set under purely national exclusion grounds : Approved procedures for staffing conditions Does 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, approved procedures for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) paragraph, a-f? Serious errors that cause doubt about his professional integrity Has the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf.f. the procurement regulations § 24-2, (3) letter in?
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 : Bicycle express road E18 Vollevannet - Oddemarka
Description : The work includes the construction of approx. 1,350 m new bicycle express road parallel to the E18 from just east of Vollevannet until Oddemarka in Kristiansand municipality, the project also includes the expansion of the E18 in the eastbound direction from Bjørndalssletta to Vollevannet. The contract includes, among other things, the construction of a new bicycle express road, foot and cycle bridge over the existing roundabout at Oddemarka, necessary alterations to the technical infrastructure in the ground, the necessary stabilisation of ground, minor retaining walls, noise screens, filling in Vollevannet and expanding the existing rock cutting for public transport lanes on the E18. Bjørndalssletta and the start of Vollebakken shall be redeveloped to a new profile with a pavement. In addition three bus stops along the E18 shall be expanded so that there is room for two buses, possibly an articulated bus.
Internal identifier : 24/275088

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45233162 Cycle path construction work

5.1.2 Place of performance

Postal address : Vollevannet - Oddemarka, Kristiansand
Town : Kristiansand
Postcode : 4608
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 30 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 14-10-2025, meet at Rigedalen 5, Kristiansand, 13:00. Registration for the tender conference will be via KGV. In this competition it is considered that climate and environmental considerations in the requirement specifications clearly give better effect than climate and environmental considerations in the award criteria. The justification is given in the annex to the tender documentation.

5.1.9 Selection criteria

Sources of selection criteria : Notice, Procurement Document
Criterion : Measures for ensuring quality
Description : 2.1. General The qualification requirements for the competition are stated in points 2.2 to 2.5 below. Each individual qualification requirement must be fulfilled so that the contractor will be assessed as qualified. Contractors who do not fulfil the qualification requirements will be rejected, cf. § 24-2 (1) letter a).
Criterion : Relevant educational and professional qualifications
Description : 2.2. The contractor ́s organisational and legal position. Qualification requirement: 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 affected by the ban in the sanctions regulations of Ukraine § 8n, nor should it rely on entities in violation of § 8n. Documentation requirement: 1. Certificate from the Register of Business Enterprises or an equivalent certificate of statutory registration in the country where the contractor or the entities that jointly constitute the contractor, cf. 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 2. B2 point 4.1. 2. Complete the table in chapter 1. E1 point 3.2, possibly completed points 3.3 and 3.4. 3. Completed self-declaration regarding the relation to the current sanctions law, cf. chapter 2017. E1 point 3.6. 4. Upon request from the contractor, the contractor shall document who are real rights 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 relies on, contractual partners and anyone else in the supplier chain, as well as information on who is the general manager, chairman and other senior employees at the contractor.
Criterion : Other economic or financial requirements
Description : 2.3. The Contractor's economic and financial capacity Qualification requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract, and shall also fulfil the following requirements: 1. The contractor shall have equity of minimum NOK 50 million. 2. Tenderers shall have an equity ratio of at least 10%. 3. Tenderers shall have an average annual turnover of minimum NOK 150 million in the last three financial years. Documentation requirement: 1. The tenderer's Annual Financial Statements, Annual Report and Audit Report for the last three years and recent information (quarterly accounts) that are of importance to the tenderer's fiscal numbers. 2. 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. The account shall also include any events of significance that have occurred after the last revised annual accounts. 3. An overview of any recently executed, ongoing or pending tax or public reviews of the contractor's activities. 4. Complete the table in chapter 1. E1 point 4. If the contractor has a justifiable reason for not submitting the documentation that the builder has demanded, 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 builder deems suitable. The contractor shall justify why he cannot present the documentation the builder has demanded.
Criterion : References on specified deliveries
Description : 2.4. The contractor ́s technical and professional qualifications Qualification requirement: Tenderers shall have sufficient experience with management and execution of road projects of a 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. 1. Engineering design services, including model based engineering design. 2. Road construction 3. Constructions 4. Site execution in densely built areas and high AERT 5. Water and sewage installations 6. Blasting work close to a busy road 7. Works in areas with challenging geotechnical ground conditions. The contractor shall have experience from the execution of the central works as mentioned above. If the contractor only has experience from, for example, managing contractual partners, 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 carry out during the last five years calculated from the deadline for submitting requests for participation in the competition. The minimum and maximum limit applies to the total number of reference projects, and is the same regardless of whether the tenderer fulfils the qualification requirement alone or relies on others to fulfil the qualification requirement. The listed 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, include the following for each of the contracts: • Name of the recipient (contracting authority) • Description of what the contract work was like, including relevance to the qualification requirement. • What work was carried out by the contractor himself, and what work 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 a statement of the person in question ́s role at the contracting authority during the contract. The gender neutral preferred may be contacted in order to verify that the information in the form is correct. The contractor will be responsible for ensuring that the gender neutral preferred is available. 2. Complete the form in chapter 1. 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 : Environmental management measures
Description : 2.5. Health, environment and safety (HSE) and quality 2.5.1. Management System for Environment Qualification requirement: Tenderers shall be certified in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for Environmental Management), or The Eco-Lighthouse Scheme, with relevance to 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 Environmental 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 is not due to the contractor himself. It is a prerequisite that the contractor 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. 2.5.2. Management System for Quality Qualification requirement: The contractor shall be certified in accordance with ISO 9001 (2015), 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 9001 (2015). The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries. 2. Other documentation for equivalent quality assurance measures will be accepted if the contractor is unable to obtain such certificates by the deadline, and this is not due to the contractor himself. It is a prerequisite that the contractor documents that these measures are 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

5.1.10 Award criteria

Criterion :
Type : Price
Name : K1: Tender Sum
Description : The Contractor's tender sum
Criterion :
Type : Quality
Name : K2: Organisation and offered key personnel
Description : Quality of the contractor's organisation of the project and the key personnel ́s experience and competence.
Criterion :
Type : Cost
Name : K3: Implementation of the assignment
Description : The contractor ́s plan for implementation of the assignment including: 1. The contractor ́s concrete measures that ensure that challenges in the project are safeguarded in a good way. 2. Quality of the progress plan and the contractor ́s concrete measures to reduce the risk of oversite the contract sub-deadlines and the final deadline. 3. The contractor ́s concrete measures for reducing risks concerning safety, health and working environment (SHA). 4. The contractor ́s plan for model based implementation.
Criterion :
Type : Cost
Name : K4: Taking care of the outer environment and reductions of greenhouse gas emissions in the project.
Description : 1. The contractor ́s safeguarding of the outer environment of the project, including: • mass handling plan • emissions to water and ground. • construction clothing and dust. 2. The contractor ́s reduction of climate gas emissions.
Criterion :
Type : Quality
Name : K5: The system ́s quality
Description : The quality of the facility, including: 1. Aesthetic quality of bridges, walls, landscape and greenery, preservation of existing trees. 2. The system ́s robustness and solution choice for constructions, road installations (including W&S and treatment systems) and electro and traffic technical equipment.
Description of the method to be used if weighting cannot be expressed by criteria : A contract will be awarded to the tenderer with the tender that provides the best relationship between price and quality, cf. the procurement regulations § 18-1(1). The following award criteria will form the basis of the evaluation: K1: Tender Sum K2: Organisation and offered key personnel K3: Implementation of the assignment K4: Taking care of the outer environment and reduction of greenhouse gas emissions in the project K5: The system ́s quality 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. value limits. The tender sum S is calculated as follows: S = K1 – K2 – K3 – K4-K5

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 : 07/11/2025 11:00 +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 : The following statement shall be used when appealing to Klagenemda for public procurements: The Norwegian Public Roads Administration c/o 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

Notice information

Notice identifier/version : e58b2dc2-951b-4155-bd69-7b0e14ab1efc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/10/2025 09:12 +00:00
Notice dispatch date (eSender) : 03/10/2025 11:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00651975-2025
OJ S issue number : 191/2025
Publication date : 06/10/2025