9382 Operational contract ferry quays south of Stad 2026-2031

The assignment comprises operational and maintenance assignments for bridges and ferry quays in the counties of Østfold, Telemark, Rogaland and Vestland in accordance with specifications in the contract. This involves inspections, inspections and service of electrical, hydraulic and mechanical equipment on 47 installations in accordance with object list 9382-D2-S02 Overview …

CPV: 45000000 Celtniecības darbi, 45233139 Automaģistrāļu uzturēšanas darbi, 45241100 Krastmalas būvdarbi, 50200000 Remonta, tehniskās apkopes un saistītie pakalpojumi attiecībā uz lidaparātiem, dzelzceļu, autoceļiem un jūras transportu, 50230000 Remonta, tehniskās apkopes un saistītie pakalpojumi attiecībā uz ceļiem un citām iekārtām, 63712000 Ceļu transporta palīgpakalpojumi
Termiņš:
2025. gada 17. septembris, 10:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
9382 Operational contract ferry quays south of Stad 2026-2031
Piešķīrēja iestāde:
Statens vegvesen
Piešķīruma numurs:
25/85788

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 : 9382 Operational contract ferry quays south of Stad 2026-2031
Description : The assignment comprises operational and maintenance assignments for bridges and ferry quays in the counties of Østfold, Telemark, Rogaland and Vestland in accordance with specifications in the contract. This involves inspections, inspections and service of electrical, hydraulic and mechanical equipment on 47 installations in accordance with object list 9382-D2-S02 Overview of the bridge, quay. The objects included in the contract are stated in chapter 9382-D2-S01 Overview Map.
Procedure identifier : d1513a63-0108-45ab-af16-d26e92113d97
Internal identifier : 25/85788
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 : Services
Main classification ( cpv ): 50230000 Repair, maintenance and associated services related to roads and other equipment
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45233139 Highway maintenance work
Additional classification ( cpv ): 45241100 Quay construction work
Additional classification ( cpv ): 50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
Additional classification ( cpv ): 63712000 Support services for road transport

2.1.2 Place of performance

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

2.1.4 General information

Additional information : A tender conference will be held 2025.06.18, 10:00, meet at Scandic Kokstad Bergen.
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 : 9382 Operational contract ferry quays south of Stad 2026-2031
Description : The assignment comprises operational and maintenance assignments for bridges and ferry quays in the counties of Østfold, Telemark, Rogaland and Vestland in accordance with specifications in the contract. This involves inspections, inspections and service of electrical, hydraulic and mechanical equipment on 47 installations in accordance with object list 9382-D2-S02 Overview of the bridge, quay. The objects included in the contract are stated in chapter 9382-D2-S01 Overview Map.
Internal identifier : 25/85788

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50230000 Repair, maintenance and associated services related to roads and other equipment
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45233139 Highway maintenance work
Additional classification ( cpv ): 45241100 Quay construction work
Additional classification ( cpv ): 50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
Additional classification ( cpv ): 63712000 Support services for road transport

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 01/04/2026
Duration end date : 31/03/2031

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 2025.06.18, 10:00, meet at Scandic Kokstad Bergen.

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, upon request from the contracting authority, enclose a certificate from the Register of Business Enterprises or an equivalent certificate for 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 entities.
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 40 million per annum. Documentation requirement: Tenderers shall present the following documentation if requested by the contracting authority: 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 has taken place after 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.
Criterion : References on specified works
Description : Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from: - Operation and maintenance of hydraulic aggregates and associated equipment. - Assembly and welding work. - Operation and maintenance of electrical installations and machines. - Operation and maintenance of electro hydraulic installations. Documentation requirement: Tenderers shall present the following documentation if requested by the contracting authority: 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.
Criterion : Measures for ensuring quality
Description : The tenderer shall: 1. Have the capacity and ability to handle predicted and unforeseen conditions in the contract. 2. Offer sufficient manpower to carry out the contract. 3. Have technical and professional competence and relevant experience with the key personnel offered for fulfilling the contract. Documentation requirement: Tenderers shall present the following documentation if requested by the contracting authority: 1. An overview of the tenderer's average workforce and the number of employees in the management in the last three years. 2. An overview of the manpower that the tenderer offers to carry out the contract, including an organisation plan for the contract. 3. CVs and job descriptions for key personnel, cf. chapter C, including the following resources: -Manager - Site Manager - Quality management manager. - HSE manager
Criterion : Security of information
Description : Accident frequency rate (H1-verdi) Tenderers and key contract helpers ought to have an average H1 for the last three years lower than 15. If the H1-value is higher than 15, 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 15, 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.

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : The contracting authority will choose tenders on the basis of the lowest price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Criterion :
Type : Quality
Name : Quality - climate and environmental requirements in the requirement specifications (justified below)
Description : The procurement is for the operation and maintenance of 40 ferry quays and seven bridges on and along national roads. The main objective of the contract is to operate and safeguard the existing quays on and along the national road. It be made few or no interventions with climate and environmental impact. According to the Public Procurement Regulations (FOA) § 7-9 (4), award criteria can, in accordance with PPR § 7-9 (2) and (3) will 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: i) Transport of personnel ii) Emissions from materials iii) Handling waste In this procurement, work hours for personnel make up the largest resource effort, and transport of personnel will give the largest climate footprint. Personnel vehicles are mainly light vehicles under 3.5 tons. At least 90% of all such transport shall be carried out by zero emission vehicles (electric or hydrogen vehicles). This is taken care of in chapter C2 point 34 Requirements for vehicle. Petrol or diesel powered vehicles used in the contract work require: emission levels. Such vehicles shall as a minimum fulfil the Euro VI/6 or Stage IV norms. This is taken care of in chapter C3 point 27.3 Outer environment. Materials and hours make up a large part of the procurement. The total extent of the material deliveries is unknown at the time of the competition notice and is, therefore, not entirely possible. estimate in advance. The material deliveries will mainly occur according to arising need and the contracting authority has full right to control the procurement. The Contracting Authority emphasises the materials ́ climate and environment profile in connection with concrete procurements. It is, however, a requirement that shall be used materials that promote re-use. This is taken care of in chapter C2 point 30.4 Recycling and recycling. Handling waste is a minor part of the execution of the contract. There are requirements as to how waste shall be handled for re-use and recycling. This is taken care of in chapter C2 point 30.5 Waste disposal. The tenderer is required to be certified in accordance with ISO 14001 Management System Requirements. for the environment. This contributes to the tenderer having a systematic approach to environmental management in connection with the execution of the contract work. The tenderer will, thus, contribute to protect the environment by preventing or curbing unfortunate environmental impact, upholding environmental obligations, improve the environmental performance, implement environmentally rich alternatives and communicate environment information. By setting minimum requirements in the contract, we are largely ensured a climate and environmental effect and we therefore considers the climate and environmental gains in this procurement better safeguarded through such a requirement position rather than the use of climate and environment as the award criterion
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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 17/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 17/09/2025 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 is set after the award of contract.

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) : Østfold ( NO083 )
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 : d956a466-43b7-4bd3-b98b-cd2e921e1a97 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/05/2025 07:43 +00:00
Notice dispatch date (eSender) : 27/05/2025 08:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00343414-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025