Operational contract 9304 Bergen 2026-2031

The assignment comprises operational and maintenance assignments, with function responsibility for some of the assignments, on national roads and national foot/cycle paths with the accompanying side facilities, side areas, equipment and installations, in the following municipalities/herad: Gulen, Masfjorden, Alver, Bergen, Bjørnafjorden, Øygarden, Vaksdal and Voss in accordance with the road …

CPV: 63712200 Highway operation services
áit fhorghníomhaithe:
Operational contract 9304 Bergen 2026-2031
clárlann:
Statens vegvesen
uimhir dámhachtana:
24/126100

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 : Operational contract 9304 Bergen 2026-2031
Description : The assignment comprises operational and maintenance assignments, with function responsibility for some of the assignments, on national roads and national foot/cycle paths with the accompanying side facilities, side areas, equipment and installations, in the following municipalities/herad: Gulen, Masfjorden, Alver, Bergen, Bjørnafjorden, Øygarden, Vaksdal and Voss in accordance with the road list given in chapter 1. D2-V1 and D2-S20 part A.
Procedure identifier : 6905e609-52bf-432d-942c-97c6b36df46d
Internal identifier : 24/126100
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 : All qualified tenderers are invited to submit a first tender. The contracting authority will make a reduction/reduce the number of tenders with several tenders.  Implementation of negotiations: The contracting authority will conduct negotiations with 3 tenderers. The contracting authority will make a reduction/reduce the number of tenders with several tenders.  The reduction/choice shall be made on the basis of the stated award criteria, so that the best ranked tenders/solution proposals will continue to the next phase, cf. the procurement regulations § 23-11.  Any reduction/deselection will be made before negotiations are carried out. The negotiations are planned to be carried out as one or several separate physical meetings between the contracting authority and each of the tenderers in premises that the Contracting Authority provides. The meetings can be held digitally.   Emphasis is put on the fact that the contracting authority cannot, in the face of the other suppliers, reveal systems or other confidential information that a tenderer gives the contracting authority, without the tenderer ́s consent, cf. the procurement regulations § 23-10 (2).  The negotiations are planned to be carried out in accordance with the provisional plan as stated in the tender documentation chapter A2. The contracting authority reserves the right to hold further negotiation meetings and request further revised tenders if needed.  The purpose of the negotiation meetings is for tenderers to get feedback that will enable them to submit an improved tender.  The contracting authority will give tenderers feedback on how the contracting authority has assessed the tenderers ́ tenders in accordance with the award criteria.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63712200 Highway operation services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Additional information : Compensation for requests for participation in the competition: The contracting authority will not cover costs for preparing the request for participation in the competition. Compensation for participation in the competition: Qualified tenderers who are invited to submit a tender, but who are not awarded the contract, will be paid NOK 200,000 excluding VAT for participation in the competition. Payment of compensation is subject to the tenderer submitting a first, revised and/or final tender.   Beyond any compensation in accordance with the above section, the tenderer must cover all costs that the tenderer incurred by participating in the competition.
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 : 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 of obligations set under purely national exclusion grounds : Approved procedures for staffing conditions 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? Serious errors that cause doubt about his professional integrity 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 : Operational contract 9304 Bergen 2026-2031
Description : The assignment comprises operational and maintenance assignments, with function responsibility for some of the assignments, on national roads and national foot/cycle paths with the accompanying side facilities, side areas, equipment and installations, in the following municipalities/herad: Gulen, Masfjorden, Alver, Bergen, Bjørnafjorden, Øygarden, Vaksdal and Voss in accordance with the road list given in chapter 1. D2-V1 and D2-S20 part A.
Internal identifier : 24/126100

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63712200 Highway operation services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/09/2026
Duration end date : 31/08/2031

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) : yes
Additional information : Compensation for requests for participation in the competition: The contracting authority will not cover costs for preparing the request for participation in the competition. Compensation for participation in the competition: Qualified tenderers who are invited to submit a tender, but who are not awarded the contract, will be paid NOK 200,000 excluding VAT for participation in the competition. Payment of compensation is subject to the tenderer submitting a first, revised and/or final tender.   Beyond any compensation in accordance with the above section, the tenderer must cover all costs that the tenderer incurred by participating in the competition.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Certificates by quality control institutes
Description : 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. Documentation requirement: Tenderers shall, together with a request for participation in the competition, present a 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 are established, as well as certificates for all supporting companies.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Financial ratio
Description : 1. Tenderers must have sufficient economic and financial capacity to fulfil the contract. 2. The tenderer's equity shall be positive. 3. The tenderer's annual average turnover for the last three years shall be at least NOK 20 million per annum. Documentation requirement: The tenderer shall, together with a request for participation in the competition, present the following documentation: 1. The tenderer's annual financial statement, annual report and auditor's report for the last three years and recent information (quarterly accounts) that is of importance to the tenderer's fiscal numbers. 2. A brief account of information on economic conditions or losses that are not documented elsewhere and which is required to be documented in accordance with Norwegian and/or international accounting standards. 3. An overview of any recently executed, ongoing or pending tax or public reviews of the tenderer's activities. 4. An overview of any events of significance that have taken place after 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. Tenderers shall justify why they cannot submit the documentation that the contracting authority has required.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified works
Description : Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from: • Operation and maintenance of roads • Operation and maintenance of tunnels: - rock protection - water and frost protection -cleaning • Winter operations • Cleaning of road areas and road objects. • Roadworks warning and traffic deviations. Documentation requirement: The tenderer shall, together with a request for participation in the competition, present the following documentation: An overview of 3-5 contracts that the tenderer has carried out or executes during the last five years calculated from the tender deadline. The overview shall, cf. the form included in chapter E2, include, among other things, the following for each of the contracts: • Name of the recipient (contracting authority). • Contact person/reference person at the contracting authority with contact data (telephone number and email address) and a statement of the person ́s role at the contracting authority during the contract. • Date of the delivery. • The contract ́s value. • What work was carried out by the tenderer, including as the main contractor or sub-contractor, and what work was carried out by sub-contractors. • A description of what the contractual works were about, including relevance to the qualification requirement.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Security of information
Description : Tenderers and key contract helpers ought to have an average H1 for the last three years lower than 10. If the H1-value is higher than 10, an account shall be given of the developing trend of the H1-value and possibly the F-value, which will express the severity of any high H1-value. If the tenderer is a working partnership (supplier consortium), the requirements apply for each of the participants. The H1-value is defined as the number of work accidents with absence in relation to the hours work multiplied by 10 exalted in 6. Documentation requirement: 1. Overview of the company ́s H1-value and central contractual partners in the last three years. 2. If the H1-value is higher than 10, an account shall be given of the developing trend of the H1-value and possibly the F-value, which will express the severity of any high H1-value. In addition a separate account shall then be provided as to whether improvement measures have been implemented, and if so also documentation on the effectiveness of these measures.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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 : 100
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 : K1 Tender Sum
Description : Award criteria:  K1 - Tender Sum  Documentation requirement: The tenderer shall deliver:  - Completed chapter E  The inspection calculated tender sum will be used as the tender sum (K1) in the calculation of the tender sum.
Criterion :
Type : Quality
Name : K2 Climate and Environment
Description : Award criteria: K2 - Climate and environment The contracting authority will emphasise the tenderer's contract specific climate and environmental measures that contribute to the reduction of climate footprint and environmental impact.  K2.1 – Climate  Documentation requirement: The tenderer shall:  Filling in and delivering "Climate gas budget for operations contract 9304 Bergen 2026-2031"  The climate gas budget shall contain values/sizes/activities that together are suitable for solving the processes:  Process 73.31 The sub-task sweeping and collection (only applies to weekly/monthly routine sweeping and collecting on the roadway)  Process 74.821 Sub-task edge cutting Process 95.13 Basic package with s areas - All assignments connected to snow clearing. Process 95.13 Basic package with s-areas - All assignments connected to gritting with salt. Process 95.231 Snow clearing and planing - All assignments related to snow clearing and planing (Heavy planing is not included in the climate gas budget).  Process 95.25 Gritting with salt - All assignments connected to gritting with all types of salt In addition, the climate gas budget shall include values/sizes/activities for roadworks warning assignments carried out with a shock cushion vehicle.  - Supply of AN EPD (Environmental Product Declaration) or equivalent environmental declaration type III iht. ISO 14025 for the selected salt product.   Deductions up until: 150 000 000 K2.2 - Environment The tenderer's activities in order to ensure timely, accurate and "correct" salting. Documentation requirement: The tenderer shall deliver:  - Description of activities to ensure timely, accurate and "correct" salting. Deductions up until: 40 000 000 K2.3 – Climate and environment. The tenderer ́s climate and environmental measures in the operation and maintenance of the tunnel. Documentation requirement: The tenderer shall deliver:  - Description of up to three climate and/or environmental measures that shall be implemented in ILA. ordinary contract period (five years). Deductions up until: 100 000 000
Criterion :
Type : Quality
Name : K3 Operational system year round
Description : Award criteria: K3 - Year round operational system  The contracting authority will emphasise how the tenderer shall ensure an operational system that is robust and appropriate, so that the contract specific challenges are handled and the contract ́s total risk is reduced. The contracting authority will assess the following sub-criteria:   K3.1 - Operational system for inspections of the road network. Documentation requirement: The tenderer shall deliver:  - Description of the organisation and execution of inspections, including a description of the scheme for training of personnel who shall perform inspections in point 8.2.3.1 a) and b) in NS-EN ISO 9001:2015. Deductions up until: 35 000 000 K3.2 - Resource Plan A selection of personnel (key personnel), start-up teams, as well as central machines and equipment, including spare material with response time. Documentation requirement: The tenderer shall deliver: - Completed annex "Ressursplan" - Description of the offered start-up team. Deductions up until: 35 000 000 K3.3 - Running time tunnel The tenderer ́s measures to increase the running time in the tunnel. Documentation requirement: The tenderer shall deliver:  - Description of measures to increase the running time for planned work and unforeseen events in the tunnel. Deductions up until: 35 000 000
Description of the method to be used if weighting cannot be expressed by criteria : Evaluation model: Pricing of quality. See the tender management tool EU-supply for further details.
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Ad hoc communication channel :
Name : Eu-supply

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of requests to participate : 05/08/2025 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 : Oslo tingrett -
Information about review deadlines : The waiting period will be determined after the final tender has been evaluated.

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) : Oslo ( NO081 )
Country : Norway
Contact point : Tine Maria Storhaug
Telephone : +47 95844115
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 : 69da5a92-0ec9-4225-ad9e-2b0b4ed5e6a5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/05/2025 08:20 +00:00
Notice dispatch date (eSender) : 30/05/2025 08:34 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00353746-2025
OJ S issue number : 104/2025
Publication date : 02/06/2025