Execution of avalanche protection for honningsvåg centre

The procurement is for the execution of an engineered solution for safety measures against avalanches from Storefjellet for Honningsvåg centre in Nordkapp municipality. Support superstructures, modified stone warp fences, snow collector screens and rock protection shall be constructed. The preliminary plan for the security measures is 2025-2028 for honningsvåg centre. …

CPV: 45000000 Építési munkák, 45220000 Mérnöki és építési munkák, 45223210 Acélszerkezetek építése, 45223000 Szerkezetek építése, 45223100 Fémszerkezet összeállítása, 45246000 Folyószabályozási és árvízvédelmi munkák
Határidő:
2025. augusztus 1. 10:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Execution of avalanche protection for honningsvåg centre
Díjat odaítélő szervezet:
Norges vassdrags- og energidirektorat (NVE)
Díj száma:
202512718

1. Buyer

1.1 Buyer

Official name : Norges vassdrags- og energidirektorat (NVE)
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Execution of avalanche protection for honningsvåg centre
Description : The procurement is for the execution of an engineered solution for safety measures against avalanches from Storefjellet for Honningsvåg centre in Nordkapp municipality. Support superstructures, modified stone warp fences, snow collector screens and rock protection shall be constructed.  The preliminary plan for the security measures is 2025-2028 for honningsvåg centre. The procurement is estimated to have a value of approx. NOK 120,000,000,000 excluding VAT. The estimate is based on previously executed assignments and an assessment of the work to be carried out. The contracting authority is not bound by the estimate.
Procedure identifier : 1df1b42f-2f36-4c4f-a4c8-b5215f7ab2e4
Internal identifier : 202512718
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement is for the execution of an engineered solution for safety measures against avalanches from Storefjellet for Honningsvåg centre in Nordkapp municipality. Support superstructures, modified stone warp fences, snow collector screens and rock protection shall be constructed.  The preliminary plan for the security measures is 2025-2028 for honningsvåg centre. The procurement is estimated to have a value of approx. NOK 120,000,000,000 excluding VAT. The estimate is based on previously executed assignments and an assessment of the work to be carried out. The contracting authority is not bound by the estimate.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 45223000 Structures construction work
Additional classification ( cpv ): 45223100 Assembly of metal structures
Additional classification ( cpv ): 45223210 Structural steelworks
Additional classification ( cpv ): 45246000 River regulation and flood control works

2.1.2 Place of performance

Town : Honningsvåg
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 120 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - This procurement will be carried out in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the regulation 12 August 2016 no. 974 on public procurements (FOA). The procurement will be carried out as an open tender contest in accordance with PPR parts I and III. This procedure gives all interested tenderers the possibility to submit tenders for the competition.

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 : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : Execution of avalanche protection for honningsvåg centre
Description : The procurement is for the execution of an engineered solution for safety measures against avalanches from Storefjellet for Honningsvåg centre in Nordkapp municipality. Support superstructures, modified stone warp fences, snow collector screens and rock protection shall be constructed.  The preliminary plan for the security measures is 2025-2028 for honningsvåg centre. The procurement is estimated to have a value of approx. NOK 120,000,000,000 excluding VAT. The estimate is based on previously executed assignments and an assessment of the work to be carried out. The contracting authority is not bound by the estimate.
Internal identifier : 202512718

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 45223000 Structures construction work
Additional classification ( cpv ): 45223100 Assembly of metal structures
Additional classification ( cpv ): 45223210 Structural steelworks
Additional classification ( cpv ): 45246000 River regulation and flood control works

5.1.2 Place of performance

Town : Honningsvåg
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/09/2025
Duration end date : 31/10/2028

5.1.5 Value

Estimated value excluding VAT : 120 000 000 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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Requirement for tax certificate. Requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax certificate not older than six months from the tender deadline. Tax certificate means: Norwegian tenderers: A tax and VAT certificate issued by the tax office via Altinn. Foreign tenderers: Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance. Tax certificates shall also be submitted for any sub-suppliers who will carry out work under the contract for more than NOK 500,000 excluding VAT, cf. the Public Procurement Regulations § 7-2 third paragraph.
Criterion : Enrolment in a relevant professional register
Description : Requirements of the tenderer's registrations, authorisations, etc. Requirement: The tenderer shall be a legally established company. Documentation requirement: Norwegian tenderers: Registration Norwegian tenderers do not need to submit a company registration certificate, the contracting authority will obtain this from the Brønnøysund Register Centre itself. Foreign tenderers: Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Economic and financial position requirements. Requirement: The tenderer shall have sufficient financial strength to be able to fulfil the contract. The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity. Documentation requirement: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from 2022 and 2023. Norwegian tenderers do not need to deliver annual accounts, the contracting authority will obtain this from the Brønnøysund Register Centre. The Contracting Authority reserves the right to carry out a credit assessment itself. If a tenderer has a justifiable reason for not submitting annual accounts, the tenderer can instead document financial strength by presenting other appropriate documentation. For example, recently merged companies may present approved accounts from the companies before the merger.
Criterion : References on specified works
Description : Requirements regarding technical and professional qualifications. Requirement: Tenderers must have sufficient and relevant experience and competence. Documentation requirement: Tenderers shall present an overview of projects/contracts that the tenderer has carried out or carry out during the last 5 years calculated from the tender deadline. At least 2 of the projects shall be described in detail. Documentation of the reference projects shall be filled in the annex "Annex 5 - Template for a description of the reference project". The projects/contracts shall, in total, show experience within the following areas: - Drilling holes, foundations, assembling and spawning anchors for preliminary buildings against avalanches, rock leaps or similar. Applies to anchoring in uncompacted matter and on rock. - Construction/assembly of support extensions (rigid or flexible support extensions) and/or stone warp fences in connection with avalanche protection. If the tenderer is planning to use sub-contractors for supporting buildings etc., one or several reference projects shall be carried out by the sub-contractor.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Requirements regarding quality assurance standards and environmental management standards. Requirement: The tenderer shall be certified or in the process of being certified ISO 9001 or equivalent. In the certification process: Tenderers shall have a documented quality management system. Documentation requirement: A copy of a valid certificate. Tenderers in the certification process shall submit: - Description of the tenderer's quality assurance methods. - Documentation that the process started before the competition was announced together with the final deadline for certification.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Requirements regarding quality assurance standards and environmental management standards. Requirement: Tenderers shall be certified or in the process of being certified ISO 14001, Miljøfyrtårn [Eco-Lighthouse] or equivalent. In the certification process: Tenderers shall have a documented environment system. Documentation requirement: A copy of a valid certificate. Tenderers in the certification process shall submit: - The table of contents of the company's environment system, in which it is stated (possibly from a detailed description) that the system safeguards the outer environment, cf. the laws, regulations and standards. - Documentation that the process started before the competition was announced together with the final deadline for certification.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Requirements regarding quality assurance standards and environmental management standards. Requirement: The tenderer shall be certified or in the process of being certified ISO 45001 or equivalent. In the certification process: Tenderers shall have a documented HSE system. Documentation requirement: A copy of a valid certificate. Tenderers in the certification process shall submit: - The table of contents of the company ́s HSE system in which it is stated (possibly from a detailed description) that the system will comply with the requirements in the internal control regulations. - Documentation that the process started before the competition was announced together with the final deadline for certification.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 25/06/2025 14:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258781313.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 01/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 76 Day
Information about public opening :
Opening date : 01/08/2025 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 : No deadline has been set.
Organisation providing additional information about the procurement procedure : Norges vassdrags- og energidirektorat (NVE) -
Organisation providing offline access to the procurement documents : Norges vassdrags- og energidirektorat (NVE) -

8. Organisations

8.1 ORG-0001

Official name : Norges vassdrags- og energidirektorat (NVE)
Registration number : 970205039
Postal address : Middelthunsgate 29
Town : OSLO
Postcode : 0368
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Cecilie Thiis
Telephone : +47 22959595
Internet address : http://www.nve.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 4a7f0111-3c94-4966-9a2a-99bd99d52170 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/06/2025 08:50 +00:00
Notice dispatch date (eSender) : 05/06/2025 09:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00366238-2025
OJ S issue number : 108/2025
Publication date : 06/06/2025