New raw water supply - Birkelandsvatn. Contract E71 Outdoor and Tunnel

ABOUT THE PROJECT IVAR shall establish birkelandsvatnet in Bjerkreim municipality as the new raw water source for its water supply. The project mainly includes the following: • intake of 70 m deep in Birkelandsvatnet • intake tunnel to an intake station • intake station with technical installations • raw water …

CPV: 45000000 Ehitustööd, 44114000 Betoon, 44114200 Betoonitooted, 44161200 Veepeatorustikud, 44322100 Kaablikarbik, 45221000 Sildade ja tunnelite, šahtide ja metroode ehitustööd, 45221240 Tunnelite ehitustöö, 45231110 Torujuhtmete paigaldamisega seotud ehitustööd, 45232000 Torujuhtmete ja kaablite abitööd, 45232100 Veetorude abitööd, 45233226 Juurdepääsuteede ehitustööd, 45262300 Betoonitööd
Täitmise koht:
New raw water supply - Birkelandsvatn. Contract E71 Outdoor and Tunnel
Auhindade andmise asutus:
IVAR IKS
Auhinna number:
110012

1. Buyer

1.1 Buyer

Official name : IVAR IKS
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : New raw water supply - Birkelandsvatn. Contract E71 Outdoor and Tunnel
Description : ABOUT THE PROJECT IVAR shall establish birkelandsvatnet in Bjerkreim municipality as the new raw water source for its water supply. The project mainly includes the following: • intake of 70 m deep in Birkelandsvatnet • intake tunnel to an intake station • intake station with technical installations • raw water tunnel that is connected to the existing raw water tunnel. • access road • portal building • access tunnel • site tunnel Matter from blasting tunnels shall be deposited locally in the area. GENERAL INFORMATION ABOUT THE DELIVERY The works in contract E71Utomhus and tunnels mainly include the following: • Establishment of a construction road at the start and permanent access road to the end. • Necessary landslide protection • Driving and securing tunnels • Establishment and completion of landfills. • Culvert/bridge for crossing Stølsåna and Kyrkjebekken • Water and sewage pipelines in the access tunnel, bottom pipelines in the intake station and portal building, as well as installations for treatment of grey water • Laying of high voltage cables in accordance with instructions from Enida • Concrete plugs on each end of the intake station, including waterproof driving port in concrete stoppers against raw water tunnel • Concrete cover in access tunnel and raw water tunnel • Temporary concrete wall in niche at the downstream end of the raw water tunnel • Conduit for fibre cable in raw water tunnel.
Procedure identifier : e205780f-62c9-4849-abb1-1cace751da32
Internal identifier : 110012
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
Additional classification ( cpv ): 44114000 Concrete
Additional classification ( cpv ): 44114200 Concrete products
Additional classification ( cpv ): 44161200 Water mains
Additional classification ( cpv ): 44322100 Cable conduits
Additional classification ( cpv ): 45221000 Construction work for bridges and tunnels, shafts and subways
Additional classification ( cpv ): 45221240 Construction work for tunnels
Additional classification ( cpv ): 45231110 Pipelaying construction work
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45232100 Ancillary works for water pipelines
Additional classification ( cpv ): 45233226 Access road construction work
Additional classification ( cpv ): 45262300 Concrete work

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : Bjerkreim municipality

2.1.3 Value

Estimated value excluding VAT : 280 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/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 : New raw water supply - Birkelandsvatn. Contract E71 Outdoor and Tunnel
Description : ABOUT THE PROJECT IVAR shall establish birkelandsvatnet in Bjerkreim municipality as the new raw water source for its water supply. The project mainly includes the following: • intake of 70 m deep in Birkelandsvatnet • intake tunnel to an intake station • intake station with technical installations • raw water tunnel that is connected to the existing raw water tunnel. • access road • portal building • access tunnel • site tunnel Matter from blasting tunnels shall be deposited locally in the area. GENERAL INFORMATION ABOUT THE DELIVERY The works in contract E71Utomhus and tunnels mainly include the following: • Establishment of a construction road at the start and permanent access road to the end. • Necessary landslide protection • Driving and securing tunnels • Establishment and completion of landfills. • Culvert/bridge for crossing Stølsåna and Kyrkjebekken • Water and sewage pipelines in the access tunnel, bottom pipelines in the intake station and portal building, as well as installations for treatment of grey water • Laying of high voltage cables in accordance with instructions from Enida • Concrete plugs on each end of the intake station, including waterproof driving port in concrete stoppers against raw water tunnel • Concrete cover in access tunnel and raw water tunnel • Temporary concrete wall in niche at the downstream end of the raw water tunnel • Conduit for fibre cable in raw water tunnel.
Internal identifier : 110012

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 44114000 Concrete
Additional classification ( cpv ): 44114200 Concrete products
Additional classification ( cpv ): 44161200 Water mains
Additional classification ( cpv ): 44322100 Cable conduits
Additional classification ( cpv ): 45221000 Construction work for bridges and tunnels, shafts and subways
Additional classification ( cpv ): 45221240 Construction work for tunnels
Additional classification ( cpv ): 45231110 Pipelaying construction work
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45232100 Ancillary works for water pipelines
Additional classification ( cpv ): 45233226 Access road construction work
Additional classification ( cpv ): 45262300 Concrete work

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : Bjerkreim municipality

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 30/06/2029

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 280 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

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
Description of the financial guarantee : See the tender documentation
Deadline for receipt of requests to participate : 19/09/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : In accordance with the tender documentation's requirements and needs.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : 2.1. LIMITATION OF INFORMATION IN THE PREQUALIFICATION PHASE FOR E71 When sending out E71 we have decided not to send out drawings, descriptions and that figures/drawings that show tunnel trusses, intake, etc.,added in the documents attached. The development of the new raw water supply is a part of the region ́s water supply and is considered critical infrastructure. IVAR has, therefore, chosen not to attach drawings and gossip to some shapes in the attachments. to the competition. The drawings, descriptions and the censored figures will not be seen as necessary for prequalification process. The tenderers who are prequalified will receive drawings and uncharged documents against signing a confidentiality declaration relating to preventing unauthorised persons for access for information that is assessed critically in relation to the water supply.
Legal form that must be taken by a group of tenderers that is awarded a contract : Iht konkurransegrunnlagets pkt 3.6
Financial arrangement : See the tender documentation

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 : Stavanger tingrett
Information about review deadlines : 10 days after notification of competition result
Organisation providing additional information about the procurement procedure : IVAR IKS

8. Organisations

8.1 ORG-0001

Official name : IVAR IKS
Registration number : 871 035 032
Postal address : Breiflåtveien 16/18
Town : Stavanger
Postcode : 4017
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Geir Strømland
Telephone : +47 47509565
Internet address : http://www.ivar.no/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Stavanger tingrett
Registration number : 871 554 692
Postal address : Posboks 159
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 76170220-3948-4cad-8c5b-97e2da91df64 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/08/2025 15:17 +00:00
Notice dispatch date (eSender) : 14/08/2025 14:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00540503-2025
OJ S issue number : 157/2025
Publication date : 19/08/2025