9205 Operational contract veg Telemark vest 2026-2031

The assignment comprises operational and maintenance assignments, with function responsibility for some of the assignments, on national roads, national foot and cycle paths, county roads and county foot/cycle paths with accompanying side facilities, side areas, equipment and installations, in Bykle, Kviteseid, Nissedal, Tokke, Ullensvang, Fyresdal, Nome, Drangedal and Vinje municipalities …

CPV: 63712200 Automaģistrāļu ekspluatācijas pakalpojumi, 63000000 Ar transportu saistītie pakalpojumi un palīgpakalpojumi; ceļojumu aģentūru pakalpojumi, 63700000 Sauszemes, ūdens un gaisa transporta palīgpakalpojumi, 63710000 Sauszemes transporta palīgpakalpojumi, 63712000 Ceļu transporta palīgpakalpojumi
Izpildes vieta:
9205 Operational contract veg Telemark vest 2026-2031
Piešķīrēja iestāde:
Statens vegvesen
Piešķīruma numurs:
24/271027

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 : 9205 Operational contract veg Telemark vest 2026-2031
Description : The assignment comprises operational and maintenance assignments, with function responsibility for some of the assignments, on national roads, national foot and cycle paths, county roads and county foot/cycle paths with accompanying side facilities, side areas, equipment and installations, in Bykle, Kviteseid, Nissedal, Tokke, Ullensvang, Fyresdal, Nome, Drangedal and Vinje municipalities in accordance with the road list given in the chapter. D2-V1 and D2-S20.
Procedure identifier : d7e9029f-55a9-4043-90e6-9fcd71e03217
Internal identifier : 24/271027
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
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
Additional classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 63700000 Support services for land, water and air transport
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63712000 Support services for road transport

2.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information : The assignment comprises operational and maintenance assignments, with function responsibility for some of the assignments, on national roads, national foot/cycle paths, county roads and county foot and cycle paths with accompanying side facilities, side areas, equipment and installations, in Bykle, Kviteseid, Nissedal, Tokke, Ullensvang, Fyresdal, Nome, Drangedal and Vinje municipality.

2.1.4 General information

Additional information : A tender conference will be held 15.10.2025, 10.00 meet at Skien office location - Gjerpensgate 10, Skien. 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 : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 9205 Operational contract veg Telemark vest 2026-2031
Description : The assignment comprises operational and maintenance assignments, with function responsibility for some of the assignments, on national roads, national foot and cycle paths, county roads and county foot/cycle paths with accompanying side facilities, side areas, equipment and installations, in Bykle, Kviteseid, Nissedal, Tokke, Ullensvang, Fyresdal, Nome, Drangedal and Vinje municipalities in accordance with the road list given in the chapter. D2-V1 and D2-S20.
Internal identifier : 24/271027

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63712200 Highway operation services
Additional classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 63700000 Support services for land, water and air transport
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63712000 Support services for road transport

5.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information : The assignment comprises operational and maintenance assignments, with function responsibility for some of the assignments, on national roads, national foot/cycle paths, county roads and county foot and cycle paths with accompanying side facilities, side areas, equipment and installations, in Bykle, Kviteseid, Nissedal, Tokke, Ullensvang, Fyresdal, Nome, Drangedal and Vinje municipality.

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 : A tender conference will be held 15.10.2025, 10.00 meet at Skien office location - Gjerpensgate 10, Skien. 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 : Procurement Document
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 : 8
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 : K2.1 - Climate The tenderer shall: Filling in and delivering the «Klimagassbudsjett for driftskontrakt 9502 Telemark vest 2026-2031. The climate gas budget shall contain values/sizes/activities that together are suitable for solving the processes: 95.23 Snow clearing and planing - variable part (heavy grader is not included in the budget), 95.24 Gritting with sand, 95.25 Gritting with salt, 95.9132 Wheeled loader with milling aggregate, 74.821 Sub-task edge cutting, 73.31 Sweeping, collecting and flushing. - Supply of AN EPD (Environmental Product Declaration) or equivalent environmental declaration type III iht. ISO 14025 for the selected salt product. Deductions up until: 130 000 000 K2.2 - Climate and environment The tenderer ́s climate and environmental measures in operation and maintenance of the contract road network. 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: 80 000 000
Criterion :
Type : Quality
Name : K3 Operational system year round
Description : K3.1 - Resources A selection of the resources/personnel in the contract (key personnel). The tenderer ́s share of resources/personnel in the contract with relevant certificates of apprenticeship and the plan for increasing relevant certificates of apprenticeship for resources/personnel in the contract. Documentation requirement: - Completed annex "Ressursplan" - Overview of the share of resources/personnel in the contract with relevant certificates of apprenticeship and a plan for increasing relevant certificates of apprenticeship for resources/personnel in the contract. Share of certificates of apprenticeship is to be given with a % portion for the total number of hours for the contract ́s resources/personnel in it's entirety (both HE and the contract helpers). Deductions up until: 25 000 000
Criterion :
Type : Quality
Name : K4 Winter operations
Description : The contracting authority will emphasise how the tenderer shall ensure an operational system for winter operations that is robust and appropriate, so that the contract specific challenges are dealt with and the contract ́s total risk is reduced. The contracting authority will assess the following sub-criteria: K4.1 - The tenderer ́s capacity in winter and logistics for currents. Documentation requirement: The tenderer shall deliver:   - Capacity calculations (indication of units and equipment in total and per lot). - Map of sectioning - Description of type of current times, storage type, storage placement and storage capacity. Deductions up until: 35 000 000 K4.2 - Monitoring the road network and management of winter operations The tenderer ́s operational system for monitoring the road network, handling weather episodes and follow-up during weather events. Documentation requirement: The tenderer shall deliver:   - Description of the organisation (including a duty plan/duty scheme) and implementation of how the road network shall be monitored. - Description of handling weather events and follow-up during weather events. Deductions up until 25 000 000
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.

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 : 03/11/2025 11:00 +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) : Innlandet ( NO020 )
Country : Norway
Contact point : Siri Ringheim Heggenes
Telephone : +41 530981
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 : 4383c51c-7d6b-4b47-9edc-6cb388a6dca5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/09/2025 13:03 +00:00
Notice dispatch date (eSender) : 29/09/2025 22:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00642544-2025
OJ S issue number : 188/2025
Publication date : 01/10/2025