Framework agreement minor road works Hordaland 2025

The contract work includes the execution of TS measures and minor maintenance measures. The contract is a one year framework agreement with a mutual option for +1+1+1 year. (estimated total value including options, total 4 years, NOK 180 million including VAT) The contract work includes the execution of TS measures …

CPV: 45000000 Celtniecības darbi, 45233140 Ceļu būve, 45233141 Ceļu uzturēšanas darbi
Izpildes vieta:
Framework agreement minor road works Hordaland 2025
Piešķīrēja iestāde:
Statens vegvesen
Piešķīruma numurs:
24/131545

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement minor road works Hordaland 2025
Description : The contract work includes the execution of TS measures and minor maintenance measures. The contract is a one year framework agreement with a mutual option for +1+1+1 year. (estimated total value including options, total 4 years, NOK 180 million including VAT)
Procedure identifier : 202c9e8a-bf95-4a16-aef0-21f9b83c7b0c
Previous notice : ee00d0d3-391a-4491-95ad-95836b051e78-01
Internal identifier : 24/131545
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45233140 Roadworks
Additional classification ( cpv ): 45233141 Road-maintenance works

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 180 000 000 Norwegian krone

2.1.4 General information

Additional information : A tender conference will be held 17.03.2025 meet at Voss traffic station, Flyplassvegen 8, 5705 Voss, 12:00.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement minor road works Hordaland 2025
Description : The contract work includes the execution of TS measures and minor maintenance measures. The contract is a one year framework agreement with a mutual option for +1+1+1 year. (estimated total value including options, total 4 years, NOK 180 million including VAT)
Internal identifier : 24/131545

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45233140 Roadworks
Additional classification ( cpv ): 45233141 Road-maintenance works
Options :
Description of the options : The contract is a one year framework agreement with a mutual option for +1+1+1 year.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 1 Year

5.1.5 Value

Estimated value excluding VAT : 180 000 000 Norwegian krone
Maximum value of the framework agreement : 180 000 000 Norwegian krone

5.1.6 General information

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 17.03.2025 meet at Voss traffic station, Flyplassvegen 8, 5705 Voss, 12:00.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : The lowest price
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 : Justification for the use of climate and environmental requirements in the requirement specifications.
Description : According to PPR § 7-9 (4), criteria in accordance with the Public Procurement Regulations § 7-9 can be replaced by requirements where this clearly improves climate and environmental effect. For this procurement we would like to use the exclusion provisions in PPR § 7-9 (4). The framework agreement will be valid for at first one year and thereafter a possible mutual option for 1+1+1 year. The turnover for the framework agreement is approx. Total including option years. The individual call-offs will vary in size, measures and geographical location. At the time of announcement we do not have an overview of the extent of the measures and what resources will be available. At the time of announcement we are not aware of the nature and extent of the climate and environmental impact on the different work that will be carried out and the influence can also vary from call-off to call-off. The exact place for carrying out all of the work is also not known at the time of announcement. The project is therefore deemed to be unlikely that tenderers will have the possibility to make their own plans and measures for safeguarding the climate and the environment when submitting the tender. The climate/environmental gains will thus be seen as small if the environment is used as the award criteria in this procurement. The project estimates that the climate and environmental effect of the procurement will be better taken care of by setting climate and environmental requirements in the requirement specifications and contract terms for this procurement. Although we are not aware of the nature and extent of the climate and environmental impact in the different call-offs, it is considered that the largest climate footprints and environmental impacts of the procurement are, in total, connected to mass handling, transport and production. Mass handling, transport and production In this framework agreement it is therefore set up to use as much of the masses as possible that are available on site in order to minimise the transport and production of outside matter. The contractor is required to reuse what can be reused and deliver plans for all masses in the project. For example, it is set up to use rock that is blasted out internally in the project instead of driving to crushed rock from outside to blasted stone and reinforcement strokes at broad expansions, and as far as possible excavation masses (uncompacted matter) and blasted rock/stone will be used to fill in and slaughter slopes in the surrounding area. The engineering design services shall have a strong focus on mass balance in order to reduce transport and reuse of the current road, for example through widening instead of building a new road through unspoilt nature. In addition to taking such climate/environmental considerations into consideration when engineering designing and preparing the requirement specifications, we have also set climate/environmental requirements in the actual contract provisions. The Norwegian Public Roads Administration has the following requirements in the contract: Vehicles and machines • Minimum requirements for vehicles, machines and site implementation. 90% of personnel vehicles and goods vans with a total weight under 3.5 tons that are used in the contract work shall be emission free. C4 6.3 • Rock protection; At least 50% of the equipment shall be zero emission free. C4 6.3 • Traffic deviation; The guiding vehicles that are used shall be 100% emission free. C4 6.3 Documentation: List of relevant vehicles under 3.5 tonnes that are expected to be used. C4 6.3 Mass disposal and re-use • The contractor shall reuse matter as far as they are used for the purpose. C4 11
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : Stated in the tender documentation.
Organisation providing offline access to the procurement documents : Statens vegvesen
Organisation whose budget is used to pay for the contract : Statens vegvesen
Organisation signing the contract : Statens vegvesen

6. Results

Value of all contracts awarded in this notice : 180 000 000 Norwegian krone
Maximum value of the framework agreements in this notice : 180 000 000 Norwegian krone
Approximate value of the framework agreements : 180 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 180 000 000 Norwegian krone
Re-estimated value of the framework agreement : 180 000 000 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : R Nielsen Entreprenør as
Tender :
Tender identifier : Rammeavtale mindre vegarbeid Hordaland 2025 - R Nielsen Entreprenør as
Identifier of lot or group of lots : LOT-0000
Value of the tender : 28 557 470 Norwegian krone
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting : Not yet known
Contract information :
Identifier of the contract : Rammeavtale mindre vegarbeid Hordaland 2025 - R Nielsen Entreprenør as
Date on which the winner was chosen : 06/05/2025
Date of the conclusion of the contract : 20/08/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 133626-2025
Organisation signing the contract : Statens vegvesen

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 13

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 : Tone Gunn Myhre
Telephone : +90 203259
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation signing the contract
Organisation whose budget is used to pay for the contract

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
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

8.1 ORG-0003

Official name : R Nielsen Entreprenør as
Size of the economic operator : Small
Registration number : 918529551
Postal address : Eide 12
Town : Arna
Postcode : 5281
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : +47 90140085
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

Notice information

Notice identifier/version : 300e1667-e6d7-42f6-aa33-5dcd7e29f3a6 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 08/09/2025 13:03 +00:00
Notice dispatch date (eSender) : 08/09/2025 13:16 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00590636-2025
OJ S issue number : 173/2025
Publication date : 10/09/2025