E39 Gismarvik - Aksdal

Complete engineering design services for construction plans/models with associated approval of these. The main aim of the project is to establish a continuous offer for pedestrians and cyclists who make it possible for soft road users to travel safer on the stretch and that will also provide better accessibility. The …

CPV: 45000000 Bouwwerkzaamheden, 45230000 Aanleggen van pijpleidingen, communicatielijnen en stroomleidingen, autowegen, wegen, vliegvelden en spoorlijnen; verhardingen, 45231000 Aanleg van pijpleidingen, communicatielijnen en elektriciteitsleidingen, 45233000 Aanleg van snelwegen en wegen
Deadline:
20 januari 2026 11:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
E39 Gismarvik - Aksdal
Toekennende instantie:
Statens vegvesen
Gunningsnummer:
24/42816

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 : E39 Gismarvik - Aksdal
Description : Complete engineering design services for construction plans/models with associated approval of these. The main aim of the project is to establish a continuous offer for pedestrians and cyclists who make it possible for soft road users to travel safer on the stretch and that will also provide better accessibility. The foot and cycle path shall mainly follow the current E39 in order to avoid major interventions in the surrounding landscape. Measures to improve traffic safety such as widening of the E39 for reinforced road marking, curve correction and improvements to side terrain on the stretch are also included in the project. The project shall be implemented model based.
Procedure identifier : 4b3c4b87-4e6d-4b07-acae-8e0e7eda80f2
Internal identifier : 24/42816
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 ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 45231000 Construction work for pipelines, communication and power lines
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : Gismarvik - Aksdal

2.1.4 General information

Additional information : A tender conference will be held 2025-11-19,000 on Teams.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : E39 Gismarvik - Aksdal
Description : Complete engineering design services for construction plans/models with associated approval of these. The main aim of the project is to establish a continuous offer for pedestrians and cyclists who make it possible for soft road users to travel safer on the stretch and that will also provide better accessibility. The foot and cycle path shall mainly follow the current E39 in order to avoid major interventions in the surrounding landscape. Measures to improve traffic safety such as widening of the E39 for reinforced road marking, curve correction and improvements to side terrain on the stretch are also included in the project. The project shall be implemented model based.
Internal identifier : 24/42816

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 45231000 Construction work for pipelines, communication and power lines
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : Gismarvik - Aksdal

5.1.3 Estimated duration

Duration : 2 Year

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 2025-11-19,000 on Teams.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tax certificates Tenderers shall, upon request by the contracting authority, submit a tax certificate for VAT and tax certificates issued by a competent body in the tenderer's home country or the country where the tenderer is established. The certificate shall document whether the tenderer has fulfilled his obligations to pay taxes, duties and social security contributions. The certificate must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or a tender.
Criterion : Certificates by quality control institutes
Description : Requirements of the tenderer ́s organisational and legal position. 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 : Requirements of the tenderer's economic and financial capacity. 1. Tenderers must have sufficient economic and financial capacity to fulfil the contract. 2. Tenderers shall have an equity percentage of at least 10%. 3. The average annual turnover in the last three years shall as a minimum correspond to annual turnover for the contract. Documentation requirement: Tenderers shall present the following documentation if requested by the contracting authority: 1. The tenderer's Annual Financial Statements, Annual Report and Auditor's Report for the last three years and recent information (quarterly accounts) that are significant for the tenderer ́s accounting figures. 2. A brief account of information on financial conditions. or losses which are not documented elsewhere and which are required to be documented in accordance with Norwegian and/or international accounting standards. 3. An overview of any newly executed, ongoing or imminent tax or public reviews of the tenderer's activities. 4. An overview of any events of significance that have taken place after release of the last revised annual accounts. If the tenderer has a justifiable reason for not submitting the documentation the contracting authority has demanded, he can document his economic and financial capacity by presenting any other document of relevance to the company's accounting figures/economy. Tenderers shall justify why they cannot submit documentation required by the contracting authority.
Criterion : References on specified works
Description : The tenderer ́s technical and professional qualifications. Relevant experience: Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from: • Road construction • Road construction (foot/cycle paths) • Construction work, culverts • Model based engineering design of road projects (applies to a turnkey contract) 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 statement of the person ́s role at contracting authority under the contract. • Date of the delivery. • The contract ́s value. • Which work was carried out by the tenderer himself, including as the main contractor or sub-contractor, and what work was carried out of sub-contractors. • A description of what the contract work was like, including relevance in relation to the qualification requirement.
Criterion : Technicians or technical bodies for quality control
Description : Implementation ability 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 - Engineering design manager at the total pupil ́s consultant. - Engineering design manager at the total supplier. - Site Manager - BIM Coordinator - Responsible geotechniques - Responsible geology - Responsible construction - Professional responsible YM at the total supplier. - Rock blasting manager. Rock blaster - HSE manager (SHA & YM)
Criterion : Measures for ensuring quality
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 there is implemented improvement measures, and if so, also documentation on the effectiveness of these measures.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest price
Description : Lowest price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Criterion :
Type : Quality
Name : Reasons for the use of climate and environmental requirements.
Description : The procurement is for project C16644 foot and cycle path Gismarvik-Aksdal. The project consists of the construction of a 4.2 km foot and cycle path. In addition we shall carry out width expansion and curve correction of the existing road in order to have sufficient width to establish reinforced road marking and get a good line guide on the road. The climate and environmental impact, which is possible to influence, in this procurement is mainly related to: 1. Transporting matter 2. Production and delivery of matter 3. Transport with light vehicles In addition emissions from site machines constitute a climate load, but we consider that in such a long and narrow system without infrastructure for power access in the line, it is not feasible with electrical construction machines at this point. The following climate and environmental requirements are therefore as minimum requirements in the contract: 1. Transport of matter: In each calendar month in the contract, at least 50% of all transport of matter in the project shall be emission free. This is to be measured/documented by reporting the number of driven metres with the different fuel types. The requirement applies to all forms of transport of matter, including the use of lorries, dump trucks, tractors and trailers etc. The requirement applies: • Matter transported internally at the work site/construction site/site area. • Matter from the work site/construction site/site area to a certified reception/place outside the work site/construction site/site area. • Matter from external storage/matter outlet or similar to the work site/construction site/site area. Emission free means this: Motor vehicles that have progress based on all-electric, hydrogen or biogas. Electrically driven vehicles and machines shall not be charged from the generator with an incineration engine unless explicitly stated in the contractual terms or stated in writing with the Norwegian Public Roads Administration in each case. 2. Delivery of matter: All asphalt that is milled or demolished shall be reused at the plant. The matter can be reused in a supporting layer on foot and cycle paths and in the production of new asphalt in the project. 3. Transport with light vehicles: At least 90% of all vehicles with light vehicles shall be emission-free in each calendar month in the contract. This is to be measured/documented by reporting the number of driven metres with the different fuel types. Light vehicles means in this provision: Passenger vehicle (M1/M1G) and light goods van (N1/N1G). Emission free means this: Motor vehicles that have progress based on all-electric, hydrogen or biogas. Larger vehicles shall not be used than what is necessary for the actual work assignment. Electric driven vehicles shall not be charged from the generator with internal burning engines, unless explicitly stated in the contractual terms or clarified in writing with the Norwegian Public Roads Administration in each case. The way we assess the local supplier market, with a few exceptions, is somewhat immature as regards the transition to emission free construction sites. By setting minimum requirements in the contract, we are largely ensured good 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. The requirements will stimulate more suppliers to start the transition to zero emissions, while safeguarding healthy competition and not unnecessarily excluding some suppliers.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

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 : 20/01/2026 11:00 +00:00
Deadline until which the tender must remain valid : 2 Month
Information about public opening :
Opening date : 20/01/2026 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 set after information on 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) : Innlandet ( NO020 )
Country : Norway
Contact point : Marianne Rogne
Telephone : +47 41564215
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 : 84b54b15-d139-4f8c-9f5b-3f2123c43fd1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/10/2025 12:25 +00:00
Notice dispatch date (eSender) : 22/10/2025 07:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00700167-2025
OJ S issue number : 204/2025
Publication date : 23/10/2025