County road 2722 Konnerudgata, Hallermoveien N-S, cycle path with pavement

The work includes the construction of a new cycle path with a pavement parallel to county road 2722 Konnerudgata. The facility is located in Drammen, is approx. 1 km and is located on the east side of the county road, between Hallermoveien S-N. Bus stops along the stretch will be …

CPV: 45233100 Construction work for highways, roads
Deadline:
Aug. 20, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
County road 2722 Konnerudgata, Hallermoveien N-S, cycle path with pavement
Awarding body:
Buskerud fylkeskommune
Award number:
2025/10126

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : County road 2722 Konnerudgata, Hallermoveien N-S, cycle path with pavement
Description : The work includes the construction of a new cycle path with a pavement parallel to county road 2722 Konnerudgata. The facility is located in Drammen, is approx. 1 km and is located on the east side of the county road, between Hallermoveien S-N. Bus stops along the stretch will be upgraded and some pavements shall be built on the west side of the county road. New lighting for the entire stretch. New surface water installation with digestion of water. Drammen municipality will upgrade the first part, approx. 100 m of Hagbart Kyllandsvei with foot and cycle paths as well as lighting.
Procedure identifier : 1c82563f-1749-49c7-8af3-4e2375720b3b
Internal identifier : 2025/10126
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233100 Construction work for highways, roads

2.1.2 Place of performance

Postal address : Konnerudgata
Town : Drammen
Postcode : 3031
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information : County road 2722 Konnerudgata between Hallermoveien north to south

2.1.4 General information

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 : 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 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 : County road 2722 Konnerudgata, Hallermoveien N-S, cycle path with pavement
Description : The work includes the construction of a new cycle path with a pavement parallel to county road 2722 Konnerudgata. The facility is located in Drammen, is approx. 1 km and is located on the east side of the county road, between Hallermoveien S-N. Bus stops along the stretch will be upgraded and some pavements shall be built on the west side of the county road. New lighting for the entire stretch. New surface water installation with digestion of water. Drammen municipality will upgrade the first part, approx. 100 m of Hagbart Kyllandsvei with foot and cycle paths as well as lighting.
Internal identifier : 2025/10126

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233100 Construction work for highways, roads

5.1.2 Place of performance

Postal address : Konnerudgata
Town : Drammen
Postcode : 3031
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information : County road 2722 Konnerudgata between Hallermoveien north to south

5.1.3 Estimated duration

Duration : 56 Week

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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Qualification requirement: The tenderer shall have sufficient economic and financial capacity to implement the contract, and shall also fulfil the following requirements: • Tenderers shall have an equity ratio (equity/total equity and liabilities) in the percentage of minimum 15 % for the last financial year. Documentation requirement: 1. The tenderer's Annual Financial Statements, Annual Report and Auditor's Report for the last three years and recent information (quarterly accounts) that are of importance for the tenderer's fiscal figures. 2. If relevant; a brief account of information on economic conditions. or losses which are not documented elsewhere and which require documented in accordance with Norwegian and/or international accounting standards. 3. If relevant; an overview of any newly executed, ongoing or imminent tax or public reviews of the tenderer's activities. 4. An overview of any events of significance that have taken place since the publication of the last revised annual accounts. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, 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 contracting authority deems suitable. Tenderers shall justify why they cannot submit the documentation that the contracting authority has. Necessary.
Criterion : References on specified works
Description : Qualification requirement: Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from the following works: 1. The main disciplines of the assignment include: Road construction Documentation requirement: A list of up to 5 and not less than 3 contracts that the tenderer has carried out or executes during the last five years calculated from the tender deadline. The list shall, cf. the form be included in the chapter E, include the following for each of the contracts: • Name of the recipient (contracting authority) • A description of what the contract work was like, including relevance to qualification requirement points 1 and 2. • What work was carried out by the tenderer and what work was carried out by the sub-suppliers (contractual partners). • Date of the delivery. • The contract ́s value. • Reference person/gender neutral preferred at the contracting authority with contact data (telephone number and email address) and a statement of the relevant role at the contracting authority during the contract. The tenderer is responsible for ensuring that the reference person is available and gives reference.
Criterion : References on specified deliveries
Description : Qualification requirement: Buskerud fylkeskommunes and other builders ́ experiences with the tenderer will be appraised. Tenderers are required to show references to relevant contracts that they themselves have carried out in a satisfactory manner. Conditions that can be assessed are related to, among other things: • documentation of completed quality. • fulfilment of contracts • compliance with provisions and procedures for HSE • compliance with provisions for wages and working conditions. • keeping deadlines • follow-up in the claims period. • the use of apprentices • use of skilled workers Documentation requirement: The qualification requirement is to be documented by certificates from references for at least three projects in the list described above in point B2.2.4.1.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : HSE system Qualification requirement: Tenderers shall have a system that shows that they work proactively for safeguarding health, safety and the environment, with relevance to equivalent works included in this competition. The system shall be subject to regular audits. Documentation requirement: 1. Description of the tenderer's system for safeguarding HSE in accordance with the HSE regulations. 2. Documentation of the audit in recent years with confirmation from the person/persons who have made the audit.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Accident rate (H2-value) Qualification requirement: The tenderer, and the companies that will use to fulfil the technical and professional qualification requirements in B2 point 2.4 cf. 4.1, shall have an average H2 for the last three years lower than 15. If the H2-value is 15 or higher, an account shall be provided of the developing trend for the H2-value. In such cases the contracting authority will undertake an overall assessment based on the tenderer ́s account and will, based on this, still be able to qualify the tenderer at this point. Particular events and trends in the account will be emphasised in the overall assessment. H2-verdi = (Number of injuries with and without absence / Total number of hours worked) * 1,000,000. If the tenderer is a community of suppliers (supplier group), the requirements apply for each of the participants who will perform work on the contract. Documentation requirement: An overview of the H2-value in the last three years for the tenderer and any entities that the tenderer will use to be qualified and for all participants in any supplier group who shall perform work under the contract. If the H2 value is 15 or higher: a) A statement of the developing trend of the H2 value of the business and central contractual partners in the last three years. b) A separate description of whether improvement measures have been implemented, and if there is, documentation on the effect of the measures based on "fresh" accident rates.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Outer environment Qualification requirement: Tenderers shall be certified in accordance with ISO 14001, EMAS (EU Eco-Management and Audit Scheme for Environmental Management), or The Eco-Lighthouse, with relevance to equivalent transport projects. Documentation requirement: 1. Certificate issued by an independent body that documents that the tenderer 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. If the tenderer will use other companies to fulfil the requirement, the tenderer shall, in addition, give an account of how the environmental management system
Criterion : Certificates by quality control institutes
Description : Quality assurance Qualification requirement: The tenderer shall be certified in accordance with ISO 9001:2015, with relevance for equivalent transport projects. Documentation requirement: 1. Certificate issued by an independent body that documents that the tenderer 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. If the tenderer relies on other companies to fulfil the requirement, the tenderer shall, in addition, give an account of how the quality management system of the supporting company shall be concretely incorporated into the relevant contract.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : The organisational and legal position of the tenderer. Qualification requirement: Tenderers shall be a legally established company, or consist of a community of suppliers who are legally established companies. The requirement also applies to entities that the tenderer will use, cf. B2 point 4.1. Tenderers shall not be a unit that is affected by the ban in § 8n in the sanctions regulations of Ukraine. Documentation requirement: 1. Certificate from the Register of Business Enterprises or an equivalent certificate of statutory registration in the country where the tenderer or the entities that jointly constitute the tenderer, cf. B2 point 4.2, has been established, as well as an equivalent certificate for all entities that the tenderer will use to be qualified, cf. B2 point 4.1. 2. Completed table in chapter E2 point 3.2, possibly completed points 3.3 and 3.4. 3. A completed self-declaration on the relation to the current sanctions law, see Annex 2. 4. Upon request from the contractor, the tenderer shall document who are real right holders in the tenderer, companies in the tenderer's group or companies that the tenderer has controlling ownership or authority in, companies that the tenderer relies on, contractual partners and any other in the supplier chain, as well as information on who is the general manager, chairman and other senior employees at the supplier.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Criterion K1 – Offer price
Description : Award criterion: The supplier's tender amount. Documentation requirements: The following documentation must be submitted on the following form in chapter E2: 1. Description with completed prices, cf. form E3 2. Price form: Hourly rates for crew and machinery, cf. form E4 3. Completed tender form, cf. form E5 The verified tender amount is used as the tender amount (K1) in the calculation of the competition amount. Any deviations may be given weight during the evaluation.
Criterion :
Type : Quality
Name : Criterion K2 – Organization and key personnel offered
Description : Award criteria: Quality of the supplier's project organization and the experience of the key personnel. Documentation requirements: The following documentation must be delivered and marked "K2": 1. A description of the supplier's project organization for the contract, including the organization plan and key personnel. 2. A description of how the planned organization, staffing and capacity ensure effective management of the contract work, both for planned activities and unforeseen circumstances. The position fraction in % for active presence on the project must be stated in the organization chart. 3. CVs of the offered key personnel for the project. Key personnel for this project are defined as: - Project Manager - Construction Manager - Responsible BIM/Surveyor - HSE Manager The CV must contain at least: -Education, years, job title and areas of responsibility. -Description of previously completed assignments, stating the client, size, value, type/kind and the employee's role. For key personnel, a reference list must be provided with a minimum of 2 relevant reference projects per key person. Contact information (e-mail and telephone) must be provided on the references. The client reserves the right to check selected references. The supplier is responsible for ensuring that the specified reference persons respond to any inquiries from the client. The client reserves the right to emphasize its own experience with the offered personnel regardless of the references provided by the supplier. See chapter C2 3.2 Key personnel and C2 3.3 Replacement and presence of key personnel. Deduction amount for weighting criterion K2 The answer to K2 can give a deduction of up to NOK 6,000,000 from the supplier's bid sum when calculating the bid's competitive bid sum. Suppliers are only paid for matters that represent a concrete and binding added value in connection with the contract. A bid that does not represent any added value for the client will not be given any deduction.
Criterion :
Type : Quality
Name : Criterion K3 – Completion of the assignment
Description : Award criteria: The supplier's plan for the implementation of the assignment, including: 1. The supplier's specific measures that ensure that challenges in the project are addressed in a good manner. 2. Quality of the progress plan and phase plans. Documentation requirements: The following documentation must be delivered and marked "K3": Report on the implementation of the assignment, including: 1. Description of specific measures for central work operations / processes in the project to be addressed in a good manner. The supplier must describe any additional challenges and how these will be handled. 2. Progress plan with associated phase plan indicating the individual phases of the project, main and sub-activities, contract deadlines, time-critical dependencies, critical line and slack. The progress plan must be prepared in MS Project or equivalent and must be delivered as a PDF and in the original file format. The phase plan must be divided into a minimum of 5 phases that show how the supplier envisions the work to be carried out. Deduction amount for weighting criterion K3 The answer to K3 may result in a deduction of up to NOK 9,000,000 from the supplier's bid amount when calculating the bid's competitive bid amount. Suppliers are only paid for matters that represent a concrete and binding added value in connection with the contract. A bid that does not represent any added value for the client will not be given any deduction.
Description of the method to be used if weighting cannot be expressed by criteria : In the evaluation, the contracting authority will assess the offers on the basis of the award criteria and calculate each of the offers' Competitive Sum. The offer with the lowest Competitive Sum will provide the best price-quality ratio, and the supplier with the lowest Competitive Sum will therefore be awarded the contract. In calculating the Competitive Sum, the contracting authority will set a specific value for the supplier's response to the award criteria K2 – K3 within the specified value limits. The value achieved for each criterion will be deducted from the supplier's Competitive Sum. Suppliers will only be paid for matters that represent a specific and binding added value in connection with the contract. A tender that does not represent any added value for the contracting authority will not be given any deduction. Other deductions will be determined based on these extremes. The Competitive Sum S is calculated as follows: S = K1 – K2 – K3

5.1.11 Procurement documents

Deadline for requesting additional information : 12/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=63600

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 tenders : 20/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 60 Day
Information about public opening :
Opening date : 20/08/2025 10:01 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
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 : Buskerud tingrett
Information about review deadlines : Deadlines in accordance with the public procurement regulations.
Organisation providing more information on the review procedures : Buskerud fylkeskommune

8. Organisations

8.1 ORG-0001

Official name : Buskerud fylkeskommune
Registration number : 930580260
Department : Samferdsel
Postal address : Hauges gate 89
Town : Drammen
Postcode : 3019
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Christine Blixt Borge
Telephone : 99277246
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826 726 342
Postal address : Postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Telephone : 32 21 16 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 27561728-da89-4085-babe-84cfd247c263 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/06/2025 07:26 +00:00
Notice dispatch date (eSender) : 27/06/2025 07:26 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00419369-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025