DK 9104 Operational contract roads Oslo-Gardermoen 2026-2031

The assignment comprises operational and maintenance assignments, with function responsibility for some of the assignments, on national roads and national foot/cycle paths with the accompanying side facilities, side areas, equipment and installations, in Oslo, Lillestrøm, Lørenskog, Ullensaker, Nittedal and Bærum municipalities in accordance with the road list given in chapter …

CPV: 63712200 Betrieb von Straßen, 63000000 Hilfs- und Nebentätigkeiten im Bereich Verkehr; Reisebürodienste, 63700000 Hilfstätigkeiten für den Land-, Schiffs- und Luftverkehr, 63710000 Hilfstätigkeiten für den Landverkehr, 63712000 Hilfstätigkeiten für den Straßenverkehr
Ausführungsort:
DK 9104 Operational contract roads Oslo-Gardermoen 2026-2031
Vergabestelle:
Statens vegvesen
Vergabenummer:
25/66411

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 : DK 9104 Operational contract roads Oslo-Gardermoen 2026-2031
Description : The assignment comprises operational and maintenance assignments, with function responsibility for some of the assignments, on national roads and national foot/cycle paths with the accompanying side facilities, side areas, equipment and installations, in Oslo, Lillestrøm, Lørenskog, Ullensaker, Nittedal and Bærum municipalities in accordance with the road list given in chapter D2-V1, D2-S17 and D2-S20.
Procedure identifier : 05178266-591e-4bff-ba1b-01e7f2dc85d9
Internal identifier : 25/66411
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : All qualified tenderers are invited to submit a first tender. The contracting authority will make a reduction/reduce the number of tenders with several tenders.  Implementation of negotiations: The contracting authority will conduct negotiations with 3 tenderers. The contracting authority will make a reduction/reduce the number of tenders with several tenders.  The reduction/choice shall be made on the basis of the stated award criteria, so that the best ranked tenders/solution proposals will continue to the next phase, cf. the procurement regulations § 23-11.  Any reduction/deselection will be made before negotiations are carried out. The negotiations are planned to be carried out as one or several separate physical meetings between the contracting authority and each of the tenderers in premises that the Contracting Authority provides. The meetings can be held digitally.   Emphasis is put on the fact that the contracting authority cannot, in the face of the other suppliers, reveal systems or other confidential information that a tenderer gives the contracting authority, without the tenderer ́s consent, cf. the procurement regulations § 23-10 (2).  The negotiations are planned to be carried out in accordance with the provisional plan as stated in the tender documentation chapter A2. The contracting authority reserves the right to hold further negotiation meetings and request further revised tenders if needed.  The purpose of the negotiation meetings is for tenderers to get feedback that will enable them to submit an improved tender.  The contracting authority will give tenderers feedback on how the contracting authority has assessed the tenderers ́ tenders in accordance with the award criteria.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63712200 Highway operation services
Additional classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 63700000 Support services for land, water and air transport
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63712000 Support services for road transport

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.4 General information

Additional information : A tender conference will be held 2025-10-20, 12 digitally on teams. Register via the communication module in the KGV. Compensation for requests for participation in the competition: The contracting authority will not cover costs for preparing the request for participation in the competition. Compensation for participation in the competition: Qualified tenderers who are invited to submit a tender, but who are not awarded the contract, will be paid NOK 200,000 excluding VAT for participation in the competition. Payment of compensation is subject to the tenderer submitting a first, revised and/or final tender.   Beyond any compensation in accordance with the above section, the tenderer must cover all costs that the tenderer incurred by participating in the competition.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : 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?
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 : DK 9104 Operational contract roads Oslo-Gardermoen 2026-2031
Description : The assignment comprises operational and maintenance assignments, with function responsibility for some of the assignments, on national roads and national foot/cycle paths with the accompanying side facilities, side areas, equipment and installations, in Oslo, Lillestrøm, Lørenskog, Ullensaker, Nittedal and Bærum municipalities in accordance with the road list given in chapter D2-V1, D2-S17 and D2-S20.
Internal identifier : 25/66411

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63712200 Highway operation services
Additional classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 63700000 Support services for land, water and air transport
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63712000 Support services for road transport

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/09/2026
Duration end date : 31/08/2031

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 2025-10-20, 12 digitally on teams. Register via the communication module in the KGV. Compensation for requests for participation in the competition: The contracting authority will not cover costs for preparing the request for participation in the competition. Compensation for participation in the competition: Qualified tenderers who are invited to submit a tender, but who are not awarded the contract, will be paid NOK 200,000 excluding VAT for participation in the competition. Payment of compensation is subject to the tenderer submitting a first, revised and/or final tender.   Beyond any compensation in accordance with the above section, the tenderer must cover all costs that the tenderer incurred by participating in the competition.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Criterion : References on specified deliveries
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
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
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 : K1 - Tender Sum The tenderer shall deliver: - Completed chapter E The inspection calculated tender sum will be used as the tender sum (K1) in the calculation of the tender sum.
Criterion :
Type : Quality
Name : K2 Climate and Environment
Description : The tenderer shall deliver: - Completed chapter E The inspection calculated tender sum will be used as the tender sum (K1) in the calculation of the tender sum. K2.1 – Climate The tenderer shall: Filling in and delivering the «Klimagassbudsjett for Driftskontrakt 9104 Oslo-Gardermoen 2026-2031». The climate gas budget shall contain values/sizes/activities that together are suitable for solving the processes: 95.23 Snow clearing and planing (national road) - variable part (heavy grader is not included in the budget), 95.13 Basic package gs areas (all assignments connected to snow clearing), 95.25 Gritting with salt (national road), 95.13 Basic package gable areas (all assignments connected to gritting with salt), 74.821 Sub-task edge cutting, 73.31 Sweeping, collecting and flushing (only applies to weekly/14th day/monthly routine sweeping and collecting on the roadway). In addition the climate gas budget shall include values/sizes/activities for job notification assignments carried out by a buffer vehicle. - Supply of AN EPD (Environmental Product Declaration) or equivalent environmental declaration type III iht. ISO 14025 for the selected salt product. Deductions up until 230 000 000 K2.2 - Environment The tenderer's activities in order to ensure timely, accurate and "correct" salting. The tenderer shall deliver: - Description of activities to ensure timely, accurate and "correct" salting. Deductions up until 70 000 000
Criterion :
Type : Quality
Name : K3 Operational system year round
Description : The contracting authority will emphasise how the tenderer shall ensure an operational system that is robust and appropriate, so that the contract specific challenges are handled and the contract ́s total risk is reduced. K3.1 - Resources A selection of the resources/personnel in the contract (key personnel). The tenderer ́s share of resources/personnel in the contract with relevant certificates of apprenticeship and the plan for increasing relevant certificates of apprenticeship for resources/personnel in the contract. The tenderer shall deliver: - Completed annex "Ressursplan" - Overview of the share of resources/personnel in the contract with relevant certificates of apprenticeship and a plan for increasing relevant certificates of apprenticeship for resources/personnel in the contract. Share of certificates of apprenticeship is to be given with a % portion for the total number of hours for the contract ́s resources/personnel in it's entirety (both HE and the contract helpers). Deductions up until 30 000 000 K4 - Winter operations The contracting authority will emphasise how the tenderer shall ensure an operational system for winter operations that is robust and appropriate, so that the contract specific challenges are dealt with and the contract ́s total risk is reduced. K4.1 - The tenderer ́s capacity in winter and logistics for currents. The tenderer shall deliver: - Capacity calculations (indication of units and equipment in total and per lot). - Map of sectioning - Description of type of current times, storage type, storage placement and storage capacity. Deductions to 45 000 000

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 03/11/2025 11:00 +00:00
Ad hoc communication channel :
Name : EU-supply

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of requests to participate : 05/11/2025 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 : no
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 waiting period will be determined after the final tender has been evaluated.

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 : Siri Ringheim Heggenes
Telephone : +41 530981
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 : fc0d3655-1783-43ad-81a3-21cedd39c570 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/10/2025 10:43 +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 : 00651551-2025
OJ S issue number : 191/2025
Publication date : 06/10/2025