E45 Kløfta – Improvement and construction of the section E01 Preparatory work Alta – Su gustavevuopme

The contract work in this contract consists of a open air zone in the northern part of the E45 Kløfta project. A new road shall be constructed, which starts approx. 1.1 km north of the new bridge over the Eiby River. • Forest clearing the entire route, as well as …

CPV: 45000000 Construction work, 45100000 Site preparation work, 45233121 Main road construction works, 45233124 Trunk road construction work
Deadline:
Dec. 2, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
E45 Kløfta – Improvement and construction of the section E01 Preparatory work Alta – Su gustavevuopme
Awarding body:
Statens vegvesen
Award number:
25/256435

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 : E45 Kløfta – Improvement and construction of the section E01 Preparatory work Alta – Su gustavevuopme
Description : The contract work in this contract consists of a open air zone in the northern part of the E45 Kløfta project. A new road shall be constructed, which starts approx. 1.1 km north of the new bridge over the Eiby River. • Forest clearing the entire route, as well as a landfill and road to a landfill site. • Alterations of the current road to the existing road in the southern part. • An interim bridge/road to a bridge and cradle in the north shall also be constructed, with crossing. of the Eiby river. • Preparation of landfill sites. As well as a road to the landfill approx. 3 km north of the site start at Garajohka. • The transmission of electricity is carried out under the direction of the line owner who is Alut. The new E45 shall be constructed as a road with main road standard with dimensioning class H1, road width 9 metres and a speed limit of 90 km/h. The traffic on the stretch has an annual daily traffic count of approx. 900, with a heavy traffic share of 22%. The project will be implemented model-based. Tenderers shall use professional models as work basis and to obtain placement and stitching data. In addition there are drawings that provide supplementary information on details.
Procedure identifier : 8d8ac5c8-6167-4841-8462-3da0592594fd
Internal identifier : 25/256435
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45233121 Main road construction works
Additional classification ( cpv ): 45233124 Trunk road construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Additional information : E45 Kløfta, Alta

2.1.4 General information

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 : 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 : 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? 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 : E45 Kløfta – Improvement and construction of the section E01 Preparatory work Alta – Su gustavevuopme
Description : The contract work in this contract consists of a open air zone in the northern part of the E45 Kløfta project. A new road shall be constructed, which starts approx. 1.1 km north of the new bridge over the Eiby River. • Forest clearing the entire route, as well as a landfill and road to a landfill site. • Alterations of the current road to the existing road in the southern part. • An interim bridge/road to a bridge and cradle in the north shall also be constructed, with crossing. of the Eiby river. • Preparation of landfill sites. As well as a road to the landfill approx. 3 km north of the site start at Garajohka. • The transmission of electricity is carried out under the direction of the line owner who is Alut. The new E45 shall be constructed as a road with main road standard with dimensioning class H1, road width 9 metres and a speed limit of 90 km/h. The traffic on the stretch has an annual daily traffic count of approx. 900, with a heavy traffic share of 22%. The project will be implemented model-based. Tenderers shall use professional models as work basis and to obtain placement and stitching data. In addition there are drawings that provide supplementary information on details.
Internal identifier : 25/256435

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45233121 Main road construction works
Additional classification ( cpv ): 45233124 Trunk road construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Additional information : E45 Kløfta, Alta

5.1.3 Estimated duration

Duration : 18 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : 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 that is subject to the ban in the sanctions regulations. Ukraine § 8n, nor should it rely on entities in violation of § 8n. Documentation requirement: Certificate from the Register of Business Enterprises or an equivalent certificate of statutory registration in the countries where the contractor or the entities that jointly constitute the contractor, cf. 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. B2 point 4.1. 2. Completed table in chapter E1 point 3.2, possibly completed points 3.3 and 3.4. 3. A completed self-declaration on the relation to applicable sanctions law, cf. E1 point 3.6. 4. Upon request from the builder, the contractor shall document who is real. rights holders in the contractor, companies in the contractor ́s group or companies which the contractor has controlling ownership or authority in, companies that the contractor will use, contract helpers and anyone else in the supplier chain, as well as information on who is the general manager, chairman and other senior executives at the contractor.
Criterion : Other economic or financial requirements
Description : Tenderers shall have sufficient economic and financial capacity to implement the contract and it shall also fulfil the following requirements: 1. Tenderers shall have positive equity. 2. Tenderers shall have an equity ratio of at least 10%. 3. The contractor shall have an average annual turnover of minimum NOK 45,000,000, the last three financial years. 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 significant for the tenderer's accounting figures. 2. A brief account of information on financial conditions or losses. which are not documented elsewhere and are 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 in accordance with the last revised annual accounts. 3. An overview of any newly executed, ongoing or imminent tax or public reviews of the contractor's activities. 4. Completed table in chapter E1 point 4.
Criterion : Relevant educational and professional qualifications
Description : Tenderers shall have sufficient experience with management and implementation 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. Road construction 2. Blasting 3. Traffic deviation 4. Concrete work/simple constructions Tenderers shall themselves have experience from the execution of the central work as mentioned above. If the contractor only has experience from, for example, managing contract helpers, tenderers 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 carried out during the last ten years calculated from the deadline for submission of requests for participation in the competition. Minimum and the maximum limit applies to the total number of reference projects and is equal to regardless of whether the contractor fulfils the qualification requirement alone or supports themselves on others in order to fulfil 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) • A 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 contract ́s value. • Reference person/gender neutral preferred at the contracting authority with contact data (telephone number and e-mail address) and a statement of the person in question ́s role at the builder under Contract. The gender neutral preferred may be contacted in order to verify that the information in the form are correct. The contractor is responsible for ensuring that the reference person is available. 2. Completed form in chapter 2. E1 point 5.1
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : 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 tenderer is certified in in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for environmental managment) or The Eco-Lighthouse. The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA states. 2. Other documentation for equivalent environmental management measures will be accepted if the contractor cannot obtain such certificates by the deadline, and this does 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.
Criterion : Certificates by independent bodies about quality assurance standards
Description : The contractor shall be certified in accordance with ISO 9001 (2015), of relevance for equivalent transport projects. Documentation requirement: 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 get 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.

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 tenders : 02/12/2025 11:00 +00:00
Deadline until which the tender must remain valid : 8 Week
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 : See the tender documentation

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 : Stine Henstein
Telephone : +47 95766381
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 : 343e5827-6e5f-40fb-9c05-ff510d776fe1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/10/2025 14:03 +00:00
Notice dispatch date (eSender) : 07/10/2025 14:17 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00664199-2025
OJ S issue number : 194/2025
Publication date : 09/10/2025