Establishment, operation and maintenance of a 24 hour resting place for heavy transport along the E6/E45 in Alta.

The contracting authority invites tenderers to a competition for the establishment, operation and maintenance of a 24 hour resting place for heavy transport along the E6/E45 in Alta. The driving distance from the E6/E45 to the entrance for the actual 24 hour resting place shall be a maximum of 1 …

CPV: 70000000 Usługi w zakresie nieruchomości, 45310000 Roboty instalacyjne elektryczne, 55000000 Usługi hotelarskie, restauracyjne i handlu detalicznego, 63712000 Usługi dodatkowe w zakresie transportu drogowego, 65300000 Przesył energii elektrycznej i podobne usługi, 65320000 Eksploatacja instalacji elektrycznych, 70220000 Usługi wynajmu lub leasingu nieruchomości innych niż mieszkalne
Miejsce wykonania:
Establishment, operation and maintenance of a 24 hour resting place for heavy transport along the E6/E45 in Alta.
Miejsce udzielenia zamówienia:
Statens vegvesen
Numer nagrody:
24/320479

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 : Establishment, operation and maintenance of a 24 hour resting place for heavy transport along the E6/E45 in Alta.
Description : The contracting authority invites tenderers to a competition for the establishment, operation and maintenance of a 24 hour resting place for heavy transport along the E6/E45 in Alta. The driving distance from the E6/E45 to the entrance for the actual 24 hour resting place shall be a maximum of 1 km. The 24 hour resting place shall contain sanitary installations with toilets/showers and it shall have a minimum of 10 parking places. Otherwise, the 24 hour resting place shall fulfil the shall-requirements listed in point 3.2. The 24 hour resting place shall be ready for opening by 01.08.2026 at the latest and the contract will be valid for ten years from the opening hours. The contracting authority has the option to extend the contract for 1+1 year, so that the total possible lease period is 12 years. The contracting authority will set up a scheme with payment for annual rent, which shall include establishment, as well as operation and maintenance of the 24 hour resting place.
Procedure identifier : e5540cfd-f7a7-47e2-92e0-aa9ff00d75ec
Internal identifier : 24/320479
Type of procedure : Other multiple stage procedure
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 70000000 Real estate services
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 55000000 Hotel, restaurant and retail trade services
Additional classification ( cpv ): 63712000 Support services for road transport
Additional classification ( cpv ): 65300000 Electricity distribution and related services
Additional classification ( cpv ): 65320000 Operation of electrical installations
Additional classification ( cpv ): 70220000 Non-residential property renting or leasing services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 18 000 000 Norwegian krone

2.1.4 General information

Additional information : A tender conference will be held for Teams 20.05.2025, 09:00 -11:00. Registration for the tender conference shall be made via the message function in KGV by 19.05.2025, 12:00.
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 : Regarding the ESPD form "Part III: Rejection Reasons", we would like to clarify that the Norwegian procurement rules go further than that stated in the EU Public Procurement Directive and in the ESPD standard form. All the rejection reasons in this competition apply, cf. the procurement regulations § 24-2.
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 : Establishment, operation and maintenance of a 24 hour resting place for heavy transport along the E6/E45 in Alta.
Description : The contracting authority invites tenderers to a competition for the establishment, operation and maintenance of a 24 hour resting place for heavy transport along the E6/E45 in Alta. The driving distance from the E6/E45 to the entrance for the actual 24 hour resting place shall be a maximum of 1 km. The 24 hour resting place shall contain sanitary installations with toilets/showers and it shall have a minimum of 10 parking places. Otherwise, the 24 hour resting place shall fulfil the shall-requirements listed in point 3.2. The 24 hour resting place shall be ready for opening by 01.08.2026 at the latest and the contract will be valid for ten years from the opening hours. The contracting authority has the option to extend the contract for 1+1 year, so that the total possible lease period is 12 years. The contracting authority will set up a scheme with payment for annual rent, which shall include establishment, as well as operation and maintenance of the 24 hour resting place.
Internal identifier : 24/320479

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 70000000 Real estate services
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 55000000 Hotel, restaurant and retail trade services
Additional classification ( cpv ): 63712000 Support services for road transport
Additional classification ( cpv ): 65300000 Electricity distribution and related services
Additional classification ( cpv ): 65320000 Operation of electrical installations
Additional classification ( cpv ): 70220000 Non-residential property renting or leasing services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 12 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has the option to extend the contract for 1+1 year, so that the total possible lease period is 12 years.

5.1.5 Value

Estimated value excluding VAT : 18 000 000 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
Additional information : A tender conference will be held for Teams 20.05.2025, 09:00 -11:00. Registration for the tender conference shall be made via the message function in KGV by 19.05.2025, 12:00.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Qualification requirement: Tenderers must have sufficient financial capacity to fulfil the contract. Creditworthiness will be sufficient to meet the requirement. Documentation requirement: The contracting authority will obtain a credit rating from Experian. If there is doubt, the Contracting Authority can obtain further information from the tenderer.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Technicians or technical bodies to carry out the work
Description : Qualification requirement: The tenderer must have a reason. Documentation requirement: Tenderers shall present the following documentation: 1.1 Basic book/home information, or 1.2 If the tenderer is not the landowner, the tenderer shall submit documentation confirming the right to use property(s). In addition to either 1.1 and 1.2, the tenderer shall deliver a map showing the planned use of a 24 hour resting place.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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 : 100
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 : Price
Description : Tenderers shall state the price for the hire per annum per parking area. The price shall include all costs in accordance with the requirement specifications points 3.2 and 3.3 and it shall cover the establishment, operation and maintenance of the 24 hour resting place. Documentation requirement: Tenderers shall enclose a completed price form, cf. annex 1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Quality
Description : The evaluation of quality is based on an assessment of the responses that the contracting authority wants (ought-requirements), cf. the requirement specifications point 3.3. The sub-criteria in the award criteria quality: 1st area for possible expansion of the 24 hour resting place (point 3.3 letter a) - weight 10% 2. service offer for the users of the 24 hour resting place (point 3.3 letter b) - weight 10% 3. Service offer for the vehicles (point 3.3 letter c) - weight 10% Documentation requirement: Tenderers shall fill in the "Response form for shall-requirements and ought-requirements", cf. annex 2. Documentation requirement for point 1: The area suitable for expansion shall be shown on the aimed sketch. A description shall be given of how many placement places can be expanded with, with equivalent area requirements as described in point 3.2 letter a. Documentation requirement for points 2 and 3: Each service offer must be described, among other things, accessibility, distances and opening hours must be described.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Climate and environmental requirements are used as a minimum requirement in the requirement specifications.
Description : There is no requirement for 30% weighting of climate and environmental considerations. The contracting authority can replace climate and environmental considerations in the award criteria with climate and environmental requirements in the requirement specification, if it is clear that this gives better climate and environmental effect. Several different requirements are made in the requirement specification, including: - All areas that must be developed shall have an asphalt-EDP that is lower than 90 kg/tonne in accordance with NS-EN 15804+A2:2019. - Charging stations shall be established for electric lorries. - Cleaning shall be carried out with environmentally friendly products. It has been considered that the effect of setting these requirements (especially the first two hyphenated points) gives a better effect than a possible achievement, if they were used as the award criteria. The requirements and effectiveness of the above requirements are, in our opinion, sufficient to use the exception in PPR § 7-9 (4).
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

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
Deadline for receipt of requests to participate : 13/06/2025 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 : no
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 -
Organisation providing more information on the review procedures : Oslo tingrett -

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 : Ingeborg Haugli
Telephone : +47 40236055
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
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 19470396-74cc-4423-9623-67b384f8d2a5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/05/2025 07:53 +00:00
Notice dispatch date (eSender) : 07/05/2025 15:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00300472-2025
OJ S issue number : 90/2025
Publication date : 12/05/2025