Ferry cancellation Atløysambandet - Turnkey contract

Vestland County shall enter into a contract with a turnkey contractor for the execution of the ferry detachment project Atløysambandet. The project shall connect Atløy in Askvoll municipality to the mainland through the construction of three bridges. The bridge connection will replace the current ferry connection between Askvoll and Gjervik. …

CPV: 45000000 Bauarbeiten
Ausführungsort:
Ferry cancellation Atløysambandet - Turnkey contract
Vergabestelle:
Vestland fylkeskommune
Vergabenummer:
VLFK/25/228

1. Buyer

1.1 Buyer

Official name : Vestland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Ferry cancellation Atløysambandet - Turnkey contract
Description : Vestland County shall enter into a contract with a turnkey contractor for the execution of the ferry detachment project Atløysambandet. The project shall connect Atløy in Askvoll municipality to the mainland through the construction of three bridges. The bridge connection will replace the current ferry connection between Askvoll and Gjervik.
Procedure identifier : 62d98d1b-e587-4429-8a39-6eb3976d7496
Internal identifier : VLFK/25/228
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

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : The works will be in Askvoll municipality. See the tender documentation for detailed location information.

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 : Ferry cancellation Atløysambandet - Turnkey contract
Description : Vestland County shall enter into a contract with a turnkey contractor for the execution of the ferry detachment project Atløysambandet. The project shall connect Atløy in Askvoll municipality to the mainland through the construction of three bridges. The bridge connection will replace the current ferry connection between Askvoll and Gjervik.
Internal identifier : VLFK/25/228

5.1.1 Purpose

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

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : The works will be in Askvoll municipality. See the tender documentation for detailed location information.

5.1.3 Estimated duration

Duration : 52 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : REQUIREMENT: Tenderers shall be a legally established company. DOCUMENTATION REQUIREMENT: For Norwegian tenderers, the contracting authority will obtain a company registration certificate from the Brønnøysund Register Centre. The Norwegian tenderers therefore do not need to enclose a company registration certificate. Foreign tenderers shall submit documentation that shows 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.
Criterion : Financial ratio
Description : REQUIREMENT: The tenderer shall have the financial capacity to be able to fulfil the contract. The financial capacity will be assessed on the basis of relevant key figures. DOCUMENTATION REQUIREMENT: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from 2022, 2023 and 2024. The contracting authority reserves the right to carry out a credit assessment from Experian. 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.
Criterion : References on specified works
Description : REQUIREMENT: Tenderers shall have experience from relevant and comparable projects, including engineering design services for and the construction of the following: • Free front bridge with more than one span of water/sea, with work above and below water/sea, carried out in technical site demanding environments. • Concrete slab bridge of minimum 100 metres, with steel pipe piles • Comparable road installations The tenderer does not need to have executed all the listed elements in one and the same reference project, but the reference projects must together show the requested experience. The tenderer must have been a turnkey contractor for at least one of the submitted reference projects. Minimum one of the submitted reference projects, must be executed model based. DOCUMENTATION REQUIREMENT: An overview of up to six (6) relevant deliveries that the tenderer, and any supporting companies, have carried out in the last five (5) years calculated from the tender deadline. To document experience with engineering design services for and the construction of a free frame bridge and concrete slab bridge, reference projects can be submitted from the last fifteen (15) years calculated from the tender deadline. Deliveries means both completed and ongoing deliveries where the tenderer has delivered a significant part of the delivery.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Certificates by independent bodies about quality assurance standards
Description : REQUIREMENT: Tenderers shall have an implemented and well-functioning quality assurance system. DOCUMENTATION REQUIREMENT: A description of the tenderer's quality assurance system. 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 : Environmental management measures
Description : REQUIREMENT: Tenderers shall have an implemented and well-functioning environmental management system. DOCUMENTATION REQUIREMENT: A description of the tenderer's environmental management system. 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 : Measures for ensuring quality
Description : REQUIREMENT: Tenderers shall have an implemented and well-functioning HSE system. DOCUMENTATION REQUIREMENT: Tenderers must submit a table of contents for their HSE system and confirm that the system fulfils the requirements in the Internal Control Regulations. Tenderers can give their confirmation by filling in the self-declaration in chapter E1, annex 6.
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
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Deadline for requesting additional information : 12/10/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=69313

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 : Allowed
Deadline for receipt of requests to participate : 20/10/2025 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 : Hordaland tingrett
Information about review deadlines : A petition for a provisional injunction against the contracting authority ́s decision to reject a request to participate in the competition, or not to select a tenderer, must be submitted within 15 days calculated from the day after the contracting authority sends out a notification of the rejection or selection. Other deadlines are in accordance with the procurement regulations.

8. Organisations

8.1 ORG-0001

Official name : Vestland fylkeskommune
Registration number : 821311632
Department : Infrastruktur og veg
Postal address : Askedalen 2
Town : LEIKANGER
Postcode : 6863
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Hilde Olsen
Telephone : +47 05557
Roles of this organisation :
Buyer

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

Notice information

Notice identifier/version : 5abb5d49-7b1e-4afa-ba83-4aba7ee681fe - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/09/2025 18:05 +00:00
Notice dispatch date (eSender) : 15/09/2025 18:05 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00607419-2025
OJ S issue number : 178/2025
Publication date : 17/09/2025