E14 Stjørdal-Hegramo - foot and cycle path

The works include the construction of approx. 6 km of foot and cycle path for the accompanying W&S work. A foot and cycle path bridge shall also be constructed over Gluggbekken, with a length of approx. 32 metres. At Håvereina the E14 shall be altered for a length of approx. …

CPV: 45000000 Építési munkák, 45221110 Hidak építési munkái, 45231300 Víz- és szennyvízvezetékek építése, 45233120 Közút építése
Határidő:
2025. május 28. 10:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
E14 Stjørdal-Hegramo - foot and cycle path
Díjat odaítélő szervezet:
Statens vegvesen
Díj száma:
25/90068

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 : E14 Stjørdal-Hegramo - foot and cycle path
Description : The works include the construction of approx. 6 km of foot and cycle path for the accompanying W&S work. A foot and cycle path bridge shall also be constructed over Gluggbekken, with a length of approx. 32 metres. At Håvereina the E14 shall be altered for a length of approx. 540 metres, with the accompanying approx. 7,000 m³ filling work. A natural stone wall and a noise reduction screen shall also be set up here. One point with quick clay is registered in this area.
Procedure identifier : e824c76b-c2cf-4a5e-9079-73811682f955
Internal identifier : 25/90068
Type of procedure : Open
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
Additional classification ( cpv ): 45221110 Bridge construction work
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45233120 Road construction works

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information : E14 Stjørdal - Hegramo

2.1.4 General information

Additional information : A tender conference will be held digitally, on Teams and will take place 23-04-2025, 12.00 Registration for the tender conference will take place via KGV by sending a message about participants with names and e-mail addresses. A site inspection will not be organised for the tender conference.
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 staffable conditions Has 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 a proposal for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) section, a-f? Serious errors that cause doubt about his professional integrity Have 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 : E14 Stjørdal - Hegramo gsv
Description : The works include the construction of approx. 6 km of foot and cycle path for the accompanying W&S work. A foot and cycle path bridge shall also be constructed over Gluggbekken, with a length of approx. 32 metres. At Håvereina the E14 shall be altered for a length of approx. 540 metres, with the accompanying approx. 7,000 m³ filling work. A natural stone wall and a noise reduction screen shall also be set up here. One point with quick clay is registered in this area.
Internal identifier : 25/90068

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45221110 Bridge construction work
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45233120 Road construction works

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information : E14 Stjørdal - Hegramo

5.1.3 Estimated duration

Duration : 17 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) : no
Additional information : A tender conference will be held digitally, on Teams and will take place 23-04-2025, 12.00 Registration for the tender conference will take place via KGV by sending a message about participants with names and e-mail addresses. A site inspection will not be organised for the tender conference.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Security of information
Description : See the tender documentation

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest price
Description : The contracting authority will choose tenders on the basis of the lowest price. The competition will be carried out with the lowest price, where there are also requirements for climate and the environment.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Criterion :
Type : Quality
Name : Justification for the use of climate and environmental requirements in the requirement specifications.
Description : According to PPR § 7-9 (4), the award criterion in accordance with PPR § 7-9 (2) and (3) can be replaced with climate and environmental requirements if it is clear that this provides a better climate and environmental effect. The climate and environmental impact of this procurement is mainly related to mass haulage, asphalt and use of site machines. A mapping of asphalt and crushed stonework has been mapped nearby, as well as a dialogue with contractors on a framework agreement for Trøndelag. The transport distances will be relatively equally independent which suppliers are used. The same applies for concrete that shall be used in the bridge construction. There are also several mass removals near the construction area. Due to proximity to landfill sites and matter not suitable for road building in the ground, it is difficult to find suitable award criteria. These will also not have the desired effect as the tenderers that are utilised will mostly be the same. In order to achieve 30% weighting of the climate and environment, the requirements used in the contract. All passenger transport shall be carried out by electric car. - Start-stop system for site machines. - Use of heat at the site based on biogas, tiles or pellets. - Absorption agent for use in connection with leaks (due to top soil). Bio-fuel. Material requirements in the contract: - Emission requirements for asphalt. Execution requirements: - Use the designated landfill site in the central area of the site area. - Handling top soil shall be done according to the recommended practice, where the A and B layer is ranked during the construction period. The emission requirements for asphalt give good effect for achieving 30% weighting of climate and the environment. The start/stop system for machines, biodiesel and short travel route to a landfill site compensates for direct emissions from machines and transport. Passenger transport is not included in the calculation. Electric passenger transport will then not be an invisible discharge. The requirements for steel and concrete are also relevant, but the effect is small in the big picture. By setting minimum requirements in the contract, we are largely ensured a climate and environmental effect and we therefore consider the climate and environmental gains in this procurement to be better safeguarded through such a requirement position rather than the use of climate and environment as the award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
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

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
Deadline for receipt of tenders : 28/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 7 Week
Information about public opening :
Opening date : 28/05/2025 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 : .
Organisation receiving requests to participate : Statens vegvesen -

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) : Vestfold ( NO093 )
Country : Norway
Contact point : Tone Gunn Myhre
Telephone : +47 90203259
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate

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

10. Change

Version of the previous notice to be changed : 0bb108fd-7a18-49d9-9cc1-b2157de35644-01
Main reason for change : Information updated
Description : The date of the tender opening has been amended.

10.1 Change

Section identifier : ORG-0001

10.1 Change

Section identifier : ORG-0002

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : b0c4f0b2-e0b0-43ad-a680-b7b1c29ee080 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/05/2025 08:20 +00:00
Notice dispatch date (eSender) : 12/05/2025 08:33 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00304792-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025