Briskeby

The project is planned to start in November 2025 and completion June 2027. The upgrading of the Briskeby line has the following main measures: • Upgrading of streets from property borders to property borders. • Upgrading of pavements and edge stones. • Optimisation of track geometry. • New contact pipeline …

CPV: 45234126 Tramline construction works, 45232150 Works related to water-distribution pipelines, 45233330 Foundation work for streets, 45234129 Urban railway track construction works
áit fhorghníomhaithe:
Briskeby
clárlann:
Sporveien AS
uimhir dámhachtana:
SPV-2554

1. Buyer

1.1 Buyer

Official name : Sporveien AS
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : Briskeby
Description : The project is planned to start in November 2025 and completion June 2027. The upgrading of the Briskeby line has the following main measures: • Upgrading of streets from property borders to property borders. • Upgrading of pavements and edge stones. • Optimisation of track geometry. • New contact pipeline system. • New earthing installations. • Upgrading/establishing of new platforms at the Inkognitogata and Riddervolds plass stops. • Upgrading/establishing of a new water and sewage system. • New surface water system, including rainbed and digestion magazine. • Upgrading lighting. • Necessary replacement of cable infrastructure in the street. • Briskebyveien – replacement of water and sewage pipeline and cable works.
Procedure identifier : 5b7d939b-bc13-4931-aa54-dfa26a4461dc
Internal identifier : SPV-2554
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 : The procurement is covered by the Public Procurement Act, 17 June 2016 no. 73 and the Regulations on Procurement Rules in the supply sector of 12 August 2016 no. 975 (utilities regulations) part I and part III. The provisions in the notice and the tender documentation (including the European self-declaration form (ESPD), cf. annexes and point 3.2 also apply for the procurement. The competition will be held as a competition (qualification) with negotiations after a prior notice. The contracting authority is otherwise subject to the Law on the right to access the document in the public works section dated 19 May 2006 no. .16 (publicleglova). If there is a petition for access, the Tenderer is obliged to assist the Contracting Authority by clarifying which information shall be exempted from access.

2.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45234126 Tramline construction works
Additional classification ( cpv ): 45232150 Works related to water-distribution pipelines
Additional classification ( cpv ): 45233330 Foundation work for streets
Additional classification ( cpv ): 45234129 Urban railway track construction works

2.1.2 Place of performance

Postal address : Josefinesgate 1
Town : Oslo
Postcode : 0351
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 150 000 000 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?
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?
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 : Is the tenderer 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 all of his tax and duty obligations in both the country where 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 : Has the tenderer's business conduct been stopped?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Briskeby
Description : The project is planned to start in November 2025 and completion June 2027. The upgrading of the Briskeby line has the following main measures: • Upgrading of streets from property borders to property borders. • Upgrading of pavements and edge stones. • Optimisation of track geometry. • New contact pipeline system. • New earthing installations. • Upgrading/establishing of new platforms at the Inkognitogata and Riddervolds plass stops. • Upgrading/establishing of a new water and sewage system. • New surface water system, including rainbed and digestion magazine. • Upgrading lighting. • Necessary replacement of cable infrastructure in the street. • Briskebyveien – replacement of water and sewage pipeline and cable works.
Internal identifier : SPV-2554

5.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45234126 Tramline construction works
Additional classification ( cpv ): 45232150 Works related to water-distribution pipelines
Additional classification ( cpv ): 45233330 Foundation work for streets
Additional classification ( cpv ): 45234129 Urban railway track construction works

5.1.2 Place of performance

Postal address : Josefinesgate 1
Town : Oslo
Postcode : 0351
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 28/10/2025
Duration end date : 20/01/2028

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : To be extended if needed if delays occur.

5.1.5 Value

Estimated value excluding VAT : 150 000 000 Norwegian krone

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : • Tenderers shall be registered in a company register or equivalent register in the country where the tenderer is established.
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 : Average yearly turnover
Description : • Tenderers shall have an annual minimum turnover of NOK 300 million.
Criterion : Relevant educational and professional qualifications
Description : • Tenderers shall have sufficient experience from similar deliveries. Overview of the three most relevant projects/deliveries that the tenderer has carried out in the last five years calculated from the application deadline expiry
Criterion : Technicians or technical bodies to carry out the work
Description : • Tenderers shall have sufficient human and technical resources to fulfil the contract.
Criterion : Certificates by independent bodies about quality assurance standards
Description : • Tenderers shall have a satisfactory quality assurance system. • Certificate that shows that the tenderer fulfils the requirements in ISO 9000 or equivalent certification based on relevant European standard series, which are certified by accredited bodies or equivalent certificates issued by bodies in other EEA countries. • Other documentation for equivalent quality assurance measures will be accepted if the tenderer is unable to obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality assurance standards. Tenderers shall justify why they did not have the opportunity to receive such certificates by the deadline and what this is due to.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : • Tenderers shall have a satisfactory environmental management system. • Certificate as documentation that the tenderer fulfils the requirements in the EU scheme for environmental management and environmental audits (EMAS) or other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45 or other environmental management standards based on relevant European or international standards from accredited bodies, for example ISO 14001, or equivalent certificates issued by bodies in other EEA states. • Other documentation for equivalent environmental management measures will be accepted if the tenderer is unable to obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards. Tenderers shall justify why they did not have the opportunity to receive such certificates by the deadline and what this is due to.
Information about the second stage of a two-stage procedure :
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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Priced amount and process table (G-Prog GAP or GAB format). Complete Annex B" Price, invoicing and payment". (Hourly rates will be multiplied by the estimated amount of hours for each hour unit (e.g. excavators per hour). The total estimated hourly cost will be added to the tender sum for the evaluation under the price criteria. The stipulated number of hours will be taken out of Annex B when the contract is awarded. If emission-free mass transport is offered to a final landfill, a deduction of up to NOK 1,000,000 will be given for evaluation purposes. This is equivalent to an estimated additional cost by offering emission free transport. See the text under the table for a more detailed description.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Sub-criteria 1: Progress, assignment comprehension/project execution. Sub-criteria 2: Competence and experience of key personnel.
Description : Sub-criterium 1: (Maximum 8 pages of text in "normal" text format can be enclosed. In addition project specific phase plans, rigging plans and examples of risk management can be enclosed.) Textual description of how the assignment shall be solved from contract signing to the last milestone. The description shall also include resources (crew, machines and work hours). The description shall be connected to the progress plan. An account shall also be enclosed of how the tenderer shall implement and uphold Sporveien's ethical requirements, the Builder ́s SHA conditions, , the Environmental Follow-up Plan and traffic management. Progress plan(s) demonstrating how the assignment shall be solved, which shows an effective and secure execution of the work and which shows how all deadlines shall be met. All milestones and all central activities and break periods shall be stated. The tenderer ́s planned slack prior to the deadlines must be clearly stated. The progress plan(s) are to be delivered in pdf and in original format. In addition the following supporting plans and matrixes shall be delivered: • Manpower plan/Manpower histogram showing what resources shall be used for the various main activities in the execution of the project. • An organisation plan that includes percentage participation in the project. • A responsibility matrix including job description for key personnel (project manager, site manager(s), foremen/operations managers, quality manager, HSE manager and MOM coordinator. Sub-criteria 2: • CV for the project manager, site manager(s) (including equivalent roles at UE), progress planner, HSE manager as well as YM manager (the person responsible for following up the environment). The CV shall include information on the education and description of previously executed relevant assignments/reference projects. A maximum of 3 reference projects shall be enclosed for the last ten years. Sporveien can contact the stated references. Key personnel (project manager, site manager, planner and HSE manager) shall have a minimum of 3 years experience in the role. Sporveien reserves the right to assess own references independently of the tenderer's stated reference persons and reference projects. Key persons (Project Manager/Construction Manager) in the project are expected to participate in any negotiations. Furthermore, a thorough presentation is expected to be prepared for use in negotiations, where the implementation is connected to the progress plan ́s phase plans.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 27/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=56782

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 06/06/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 30/05/2025 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Documents listed or where it is natural for the documentation to have followed in accordance with the information given in the tender offer, are allowed to submit the request.
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 : NS8405
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : No criteria

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 : In accordance with the Public Procurements Act
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo tingrett -
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Oslo tingrett -
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Oslo tingrett -
Organisation providing additional information about the procurement procedure : Sporveien AS -
Organisation providing offline access to the procurement documents : Sporveien AS -
Organisation receiving requests to participate : Sporveien AS -
Organisation processing tenders : Sporveien AS -

8. Organisations

8.1 ORG-0001

Official name : Sporveien AS
Registration number : 915070434
Department : Strategisk Innkjøp
Postal address : Økernveien 9
Town : Oslo
Postcode : 0653
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Henning Jørgensen
Telephone : 22 08 40 00
Internet address : https://sporveien.com/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : c4c1b6a7-9bd7-49b4-aea8-32d264240deb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/05/2025 09:18 +00:00
Notice dispatch date (eSender) : 02/05/2025 09:18 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00287366-2025
OJ S issue number : 86/2025
Publication date : 05/05/2025