County road 565 Alversund bridge - Turnkey contract

Vestland County shall procure a turnkey contractor for the project county road 565 Alversund bridge. The contract work includes engineering design services for and the construction of a new arch bridge over Alversundet in Alver municipality, as well as the demolition of the Alverstraumen bridge (the existing bridge). The existing …

CPV: 45000000 Ehitustööd
Täitmise koht:
County road 565 Alversund bridge - Turnkey contract
Auhindade andmise asutus:
Vestland fylkeskommune
Auhinna number:
VLFK/25/074

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 : County road 565 Alversund bridge - Turnkey contract
Description : Vestland County shall procure a turnkey contractor for the project county road 565 Alversund bridge. The contract work includes engineering design services for and the construction of a new arch bridge over Alversundet in Alver municipality, as well as the demolition of the Alverstraumen bridge (the existing bridge). The existing roads on both sides of Alversundet shall be altered in connection with the establishment of the new bridge, in addition traffic deviations and sea protection shall be carried out.
Procedure identifier : af9d91d4-3547-410e-b9ea-53b6666626f5
Internal identifier : VLFK/25/074
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

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

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The construction and construction works shall be carried out at Alversundet in Alver municipality.

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : See the ESPD form.
Fraud : See the ESPD form.
Money laundering or terrorist financing : See the ESPD form.
Participation in a criminal organisation : See the ESPD form.
Terrorist offences or offences linked to terrorist activities : See the ESPD form.
Child labour and including other forms of trafficking in human beings : See the ESPD form.
Breaching of obligations in the fields of environmental law : See the ESPD form.
Breaching of obligations in the fields of labour law : See the ESPD form.
Breaching of obligations in the fields of social law : See the ESPD form.
Agreements with other economic operators aimed at distorting competition : See the ESPD form.
Grave professional misconduct : See the ESPD form.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : See the ESPD form.
Offence concerning its professional conduct in the domain of defence procurement : See the ESPD form.
Conflict of interest due to its participation in the procurement procedure : See the ESPD form.
Direct or indirect involvement in the preparation of this procurement procedure : See the ESPD form.
Early termination, damages, or other comparable sanctions : See the ESPD form.
Lack of reliability to exclude risks to the security of the country : See the ESPD form.
Breaching of obligations set under purely national exclusion grounds : See the ESPD form.
Breaching obligation relating to payment of social security contributions : See the ESPD form.
Breaching obligation relating to payment of taxes : See the ESPD form.
Business activities are suspended : See the ESPD form.
Bankruptcy : See the ESPD form.
Arrangement with creditors : See the ESPD form.
Insolvency : See the ESPD form.
Assets being administered by liquidator : See the ESPD form.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : See the ESPD form.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : County road 565 Alversund bridge - Turnkey contract
Description : Vestland County shall procure a turnkey contractor for the project county road 565 Alversund bridge. The contract work includes engineering design services for and the construction of a new arch bridge over Alversundet in Alver municipality, as well as the demolition of the Alverstraumen bridge (the existing bridge). The existing roads on both sides of Alversundet shall be altered in connection with the establishment of the new bridge, in addition traffic deviations and sea protection shall be carried out.
Internal identifier : VLFK/25/074

5.1.1 Purpose

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

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The construction and construction works shall be carried out at Alversundet in Alver municipality.

5.1.3 Estimated duration

Start date : 13/03/2026
Duration end date : 30/05/2031

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : REQUIREMENT: The tenderer shall have the financial strength to be able to fulfil the contract. DOCUMENTATION REQUIREMENT: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from 2021, 2022 and 2023.
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 environmental management systems or standards
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 : 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 : References on specified deliveries
Description : REQUIREMENT: Tenderers shall have experience from relevant and comparable deliveries. This means the execution of the following work, with relevant and comparable complexity: - Engineering design services for and the construction of a bridge - Engineering design services for and construction of road installations. - Engineering design services for and execution of demolition of a bridge or other construction. - Implementation of traffic deviations. 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. Tenderers must, in addition, have experience as a turnkey contractor for a minimum of one project. The project must have been of relevant size and complexity, but it does not need to have included the elements in the above bulleted list. DOCUMENTATION REQUIREMENT: An overview of up to eight (8) relevant deliveries that the tenderer, and any supporting companies, have carried out in the last ten (10) 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
Maximum number of tenders passing : 5
Criterion : Certificates by quality control institutes
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.
Criterion : Enrolment in a relevant professional register
Description : REQUIREMENT: Tenderers shall be a legally established company. DOCUMENTATION REQUIREMENT: Company Registration Certificate. REQUIREMENT: The tenderer shall not be a unit that is subject to the ban in the Sanctions Regulations of Ukraine § 8n. The requirement also applies for entities that the tenderer will use. DOCUMENTATION REQUIREMENT: A completed self-declaration on the relation to the current sanctions law.
Criterion : Other economic or financial requirements
Description : REQUIREMENT: Tenderers shall have their tax, payroll tax and VAT payments in order. DOCUMENTATION REQUIREMENT: Tax certificate not older than six months from the tender deadline.
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 : 28/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=56974

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 : 10/06/2025 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 -
Organisation providing more information on the review procedures : Hordaland tingrett -

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 : +4790784703
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
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 283e14f3-cef6-4899-83ff-f24b25092998 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/05/2025 11:20 +00:00
Notice dispatch date (eSender) : 05/05/2025 11:31 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00290392-2025
OJ S issue number : 87/2025
Publication date : 06/05/2025