National road 80 Sandvika - Sagelva

Project National Road 80 Sandvika-Sagelva comprises the improvement of a 5km long stretch of national road 80 between Bodø and Fauske. Secure parking places and access over railways shall also be established. The road is dimensioned in accordance with H1, with a road width of 9 metres. Speed limit 80 …

CPV: 45000000 Roboty budowlane, 44212100 Mosty, 45233130 Roboty budowlane zakresie dróg krajowych
Miejsce wykonania:
National road 80 Sandvika - Sagelva
Miejsce udzielenia zamówienia:
Statens vegvesen
Numer nagrody:
25/120356

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 : National road 80 Sandvika - Sagelva
Description : Project National Road 80 Sandvika-Sagelva comprises the improvement of a 5km long stretch of national road 80 between Bodø and Fauske. Secure parking places and access over railways shall also be established. The road is dimensioned in accordance with H1, with a road width of 9 metres. Speed limit 80 km/h. Work near the track, busy road with AERT of 3,800, partly avalanche prone areas. • Main road - 5,025 metres • Secondary road - 1,630 metres • Terrain paths - 2,800 metres • Number of stop lay-bys 6 • Parking places, varying sizes - 12. • New driving bridges over the river on national road 80 - 2. • New footbridges over national road 80 or over railways made of steel - four • Foot culverts - 2 items • Old bridges that must be demolished - 1
Procedure identifier : cccc3b0b-3e34-4749-b4ef-073bdb06eceb
Internal identifier : 25/120356
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 44212100 Bridge
Additional classification ( cpv ): 45233130 Construction work for highways

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information : Rv. 80 Bodø and Fauske municipalities

2.1.4 General information

Additional information : A tender conference will be held for Teams 20.05.2025 (12:00). Register through the message function in kgv by 19.05.2025.
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 : National road 80 Sandvika - Sagelva
Description : Project National Road 80 Sandvika-Sagelva comprises the improvement of a 5km long stretch of national road 80 between Bodø and Fauske. Secure parking places and access over railways shall also be established. The road is dimensioned in accordance with H1, with a road width of 9 metres. Speed limit 80 km/h. Work near the track, busy road with AERT of 3,800, partly avalanche prone areas. • Main road - 5,025 metres • Secondary road - 1,630 metres • Terrain paths - 2,800 metres • Number of stop lay-bys 6 • Parking places, varying sizes - 12. • New driving bridges over the river on national road 80 - 2. • New footbridges over national road 80 or over railways made of steel - four • Foot culverts - 2 items • Old bridges that must be demolished - 1
Internal identifier : 25/120356

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 44212100 Bridge
Additional classification ( cpv ): 45233130 Construction work for highways

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information : Rv. 80 Bodø and Fauske municipalities

5.1.3 Estimated duration

Duration : 3 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 for Teams 20.05.2025 (12:00). Register through the message function in kgv by 19.05.2025.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be a legally established company or consist of a community of tenderers who are legally established companies. The requirement also applies to entities that the tenderer will use, cf. B2 point 4.1. Tenderers shall not be a unit that is affected by the ban in § 8n in the sanctions regulations of Ukraine. Documentation requirement: 1. Certificate from the Register of Business Enterprises or an equivalent certificate of statutory registration in the country where the tenderer or the entities that jointly constitute the tenderer, cf. B2 point 4.2, has been established, as well as an equivalent certificate for all entities that the tenderer will use to be qualified, cf. B2 point 4.1. 2. Completed table in chapter E1 point 3.2, possibly completed points 3.3 and 3.4. 3. A completed self-declaration on the relation to applicable sanctions law. 4. Upon request from the contractor, the tenderer shall document who are real right holders in the tenderer, companies in the tenderer's group or companies that the tenderer has controlling ownership or authority in, companies that the tenderer relies on, contractual partners and any other in the supplier chain, as well as information on who is the general manager, chairman and other senior employees at the supplier.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Other economic or financial requirements
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contract and shall also fulfil the following requirements: 1. Tenderers shall have equity of minimum NOK 60 million. 2. Tenderers shall have an equity ratio as a percentage of at least 10% 3. Tenderers shall have an average annual turnover of minimum NOK 150 million in the last three financial years. Documentation requirement: 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. 5. Completed table in chapter E1 point 4. 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 and which the contracting authority deems suitable. Tenderers shall justify why they cannot submit the documentation that the contracting authority has required.
Criterion : Relevant educational and professional qualifications
Description : Tenderers shall have sufficient experience with the execution of road projects of a relevant nature and degree of difficulty. The contractor shall, in addition, have sufficient experience of a relevant nature and degree of difficulty from the following central works. 1. Road construction in and just up to the existing road. 2. Blasting works along busy roads or railways. 3. Bridge constructions. 4. Planning and implementing traffic deviations. 5. Work on unstable ground conditions. 6. Jetpeling The contractor shall have experience from the execution of the central works as mentioned above. If the contractor only has experience from, for example, managing contractual partners, the contractor must rely on other entities that have the necessary experience from the execution of the relevant central works, see B2 point 4.1. Documentation requirement: 1. A list of up to 10 and not less than 3 contracts that the contractor has carried out or execute during the last five years calculated from the deadline for submitting requests for participation in the competition. The minimum and maximum limit applies to the total number of reference projects, and is the same regardless of whether the tenderer fulfils the qualification requirement alone or relies on others to fulfil the qualification requirement. The listed reference projects shall together document fulfilment of the qualification requirement. The list shall, cf. the form be included in the chapter. E1 point 5.1, include the following for each of the contracts • Name of the recipient (contracting authority) • A description of what the contract work was like, including relevance to the qualification requirement. • What work was carried out by the tenderer and what work was carried out by sub-contractors (contractual partners). • Date of the delivery. • The contract ́s value. • Contact person at the contracting authority with contact data (telephone number and email address) and a statement of the relevant role at the contracting authority during the contract. The gender neutral preferred may be contacted in order to verify that the information in the form is correct. The contractor will be responsible for ensuring that the gender neutral preferred is available. 2. Completed form in chapter 2. E1 point 5.1 which confirms who shall carry out what of the central works and which references apply to each of the central works.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have an HSE system that fulfils the requirements in the Regulations on systematic health, environment and safety work in entities (the Internal Control Regulations). The system shall be subject to regular audits. Documentation requirement: 1. Description of the tenderer's system for safeguarding HSE and possibly AN ISO 45001 certificate. 2. Documentation of the audit in recent years with confirmation from the person/persons who have made the audit.
Criterion : Measures for ensuring quality
Description : The tenderer, and the tenderers that will use to fulfil the technical and professional qualification requirements in B2 point 2.4 cf. 4.1, shall have an average H2 for the last three years of 12. If the H2-value is higher than 12, an account shall be provided of the developing trend for the H2-value. In such cases the contracting authority will undertake an overall assessment based on the tenderer ́s account and will, based on this, still be able to qualify the tenderer at this point. Particular events and trends in the account will be emphasised in the overall assessment. If the tenderer is a working partnership (supplier consortium), the requirements apply for each of the participants. The H2-value is defined as the number of work accidents with and without absence, divided by hours executed multiplied by 10 exalted in 6. Documentation requirement: 1. An overview of the H2-value for the last three years for the tenderer and for any tenderers that he will use to fulfil the requirement for technical and professional qualifications in B2 point 2.4 cf. 4.1. 2. If the H2-value is higher than 12, an account shall be provided of the developing trend for the H2-value. A separate description shall be given in the tender of whether improvement measures have been implemented, and if there are, documentation shall be enclosed on the effect of the measures based on "fresh" accident rates.
Criterion : Environmental management measures
Description : Tenderers shall be certified in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for Environmental Management), or The Eco-Lighthouse Scheme, with relevance to equivalent transport projects. Documentation requirement: 1. Certificate issued by an independent body that documents that the tenderer is certified in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for environmental managment) or The Environmental Lighthouse Scheme. The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries. 2. Other documentation for equivalent environmental management measures will be accepted if the tenderer is unable to obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environment systems or standards. Tenderers shall justify why they did not have the opportunity to receive such certificates by the deadline and what this is due to.
Criterion : Certificates by quality control institutes
Description : The tenderer shall be certified in accordance with ISO 9001 (2015), of relevance for equivalent transport projects. Documentation requirement: 1. Certificate issued by an independent body that documents that the tenderer is certified in accordance with ISO 9001 (2015). The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries. 2. Other documentation for equivalent quality assurance measures will be accepted if the tenderer is unable to get such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to ISO 9001 (2015). Tenderers shall justify why they did not have the opportunity to obtain such certificates by the deadline and what this is due to.
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 : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

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
Variants : Not allowed
Deadline for receipt of requests to participate : 05/06/2025 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 : 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 -
Organisation providing more information on the review procedures : Statens vegvesen -

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) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Stine Henstein
Telephone : +47 95766381
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

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 : 14fc6c10-9c27-4d8e-8813-0ebfbdbc8a0b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/05/2025 09:57 +00:00
Notice dispatch date (eSender) : 06/05/2025 10:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00294113-2025
OJ S issue number : 88/2025
Publication date : 07/05/2025