E39 Rogfast - E07 Electro and automation system

Rogfast, contract E07, electro and automation installations. E39 Rogfast E39 Rogfast consists of a 26.7 km long underwater two-course tunnel with a cross section 2 x T10.5 between Harestad in Randaberg municipality south of Boknafjorden and Laupland in Bokn municipality north of Boknafjorden. A 2.3 km motorway shall be constructed …

CPV: 45000000 Construção, 31000000 Maquinaria, aparelhagem, equipamento e consumíveis eléctricos; iluminação, 31100000 Motores, geradores e transformadores eléctricos, 31170000 Transformadores, 31200000 Aparelhos de controlo e distribuição de electricidade, 31300000 Fios e cabos isolados, 31500000 Equipamento para iluminação e lâmpadas eléctricas, 31520000 Candeeiros e acessórios para iluminação, 31523000 Placas sinaléticas e sinais luminosos, 31600000 Equipamento e aparelhos eléctricos, 31680000 Aparelhos e acessórios eléctricos, 32000000 Equipamento de rádio, televisão, comunicação, telecomunicações e afins, 32200000 Aparelhos emissores para radiotelefonia, radiotelegrafia, radiodifusão e televisão, 32250000 Telefones móveis, 32270000 Aparelhos para transmissão digital, 32400000 Redes, 32500000 Equipamento e material para telecomunicações, 34993100 Dispositivos de iluminação de túneis, 45221000 Construção de pontes, túneis, poços e passagens subterrâneas, 45221200 Construção de túneis, poços e passagens subterrâneas, 45221241 Construção de túnel rodoviário, 45221246 Construção de túnel submarino, 45300000 Instalações em edifícios, 45310000 Obras de instalação eléctrica, 45311000 Instalação de cabos e acessórios eléctricos, 45314000 Instalação de equipamento de telecomunicações, 45314300 Instalação de infra-estruturas para cabos, 45314310 Instalação de cablagem, 45317000 Outras obras de instalação eléctrica, 45317100 Instalação eléctrica de equipamento de bombagem, 45317200 Instalação eléctrica de transformadores, 45317300 Instalação eléctrica de aparelhos para distribuição de electricidade, 51000000 Serviços de instalação (excepto software), 51100000 Serviços de instalação de equipamento eléctrico e mecânico, 51111000 Serviços de instalação de motores eléctricos, geradores e transformadores, 51111100 Serviços de instalação de motores eléctricos, 51111300 Serviços de instalação de transformadores, 51300000 Serviços de instalação de equipamento para comunicação, 51321000 Serviços de instalação de emissores de rádio, 51700000 Serviços de instalação de equipamento de protecção contra incêndios, 51900000 Serviços de instalação de sistemas de guiamento e controlo
Local de execução:
E39 Rogfast - E07 Electro and automation system
Local de premiação:
Statens vegvesen
Número do prémio:
23/207874

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 Rogfast - E07 Electro and automation system
Description : Rogfast, contract E07, electro and automation installations. E39 Rogfast E39 Rogfast consists of a 26.7 km long underwater two-course tunnel with a cross section 2 x T10.5 between Harestad in Randaberg municipality south of Boknafjorden and Laupland in Bokn municipality north of Boknafjorden. A 2.3 km motorway shall be constructed there, with narrowing and connecting to the existing E39 at Knarholmen. Between Kvitsøy and the main tunnel, a 3.8 km long 1 race tunnel with a cross section of T10.5 shall be constructed, which shall be connected to the main tunnel at a two-plan junction in the tunnel. On Kvitsøy a total of 2.0 km is being built on a new county road. Rogfast replaces the ferry route E39 Mortavika -Arsvågen and Mekjarvik – Kvitsøy. Contract E07 This contract is for electrotechnical installations, safety equipment, signs and automation installations.
Procedure identifier : 4904497b-ee87-4eeb-9a51-1ba9a5041cd1
Internal identifier : 23/207874
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : Negotiated procedure, in accordance with the Procurement Regulations. § 13-1, cf. § 13-2.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31100000 Electric motors, generators and transformers
Additional classification ( cpv ): 31170000 Transformers
Additional classification ( cpv ): 31200000 Electricity distribution and control apparatus
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31520000 Lamps and light fittings
Additional classification ( cpv ): 31523000 Illuminated signs and nameplates
Additional classification ( cpv ): 31600000 Electrical equipment and apparatus
Additional classification ( cpv ): 31680000 Electrical supplies and accessories
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32200000 Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32270000 Digital transmission apparatus
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32500000 Telecommunications equipment and supplies
Additional classification ( cpv ): 34993100 Tunnel lighting
Additional classification ( cpv ): 45221000 Construction work for bridges and tunnels, shafts and subways
Additional classification ( cpv ): 45221200 Construction work for tunnels, shafts and subways
Additional classification ( cpv ): 45221241 Road tunnel construction work
Additional classification ( cpv ): 45221246 Undersea tunnel construction work
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45311000 Electrical wiring and fitting work
Additional classification ( cpv ): 45314000 Installation of telecommunications equipment
Additional classification ( cpv ): 45314300 Installation of cable infrastructure
Additional classification ( cpv ): 45314310 Installation of cable laying
Additional classification ( cpv ): 45317000 Other electrical installation work
Additional classification ( cpv ): 45317100 Electrical installation work of pumping equipment
Additional classification ( cpv ): 45317200 Electrical installation work of transformers
Additional classification ( cpv ): 45317300 Electrical installation work of electrical distribution apparatus
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 51111000 Installation services of electric motors, generators and transformers
Additional classification ( cpv ): 51111100 Installation services of electric motors
Additional classification ( cpv ): 51111300 Installation services of transformers
Additional classification ( cpv ): 51300000 Installation services of communications equipment
Additional classification ( cpv ): 51321000 Installation services of radio transmitters
Additional classification ( cpv ): 51700000 Installation services of fire protection equipment
Additional classification ( cpv ): 51900000 Installation services of guidance and control systems

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : Rogfast.

2.1.4 General information

Additional information : A tender conference will be held 2025-10-29, 10:00 meet at Quality Airport Sola, Sømmevegen 1, Sola. Registration for the tender conference will be via KGV. Justification for using the exclusionary provision in the procurement regulations § 7-9 (4) – E39 Rogfast E07 electro E07 Electro is an execution contract with specific quantities and qualities for all materials. VegLCA does not provide a good picture of the distribution of greenhouse gas emissions. Measures presented in this writing is based on the project ́s mapping of the contract ́s climate footprint. and environmental impacts as well as knowledge of the market. The project has prepared a tender documentation that includes several climate and environmental requirements. beyond the requirements in the current law and beyond what is industry standard. The requirements we have climate is, in our opinion, the best that the market can offer. The environmental requirements ensure that we contributes to achieving the Norwegian Public Roads Administration ́s environment and sustainability goals. Based on the above mentioned account, we consider it clear that the requirements set for climate and environment in the tender documentation will give a better effect than what it would be realistic to achieve by weighting the climate and environment by at least 30% in the award criteria. The terms in the procurement regulations § 7-9 (4) are therefore deemed to be met. In order to stimulate the market to offer further climate and environmental measures in addition to the tender documentation minimum requirements we deem it appropriate to include some award criteria that concerns climate and the environment. E07 Electro is an execution contract with specific quantities and qualities for all materials. Figure 1 also shows that VegLCA does not provide a good picture of the distribution of greenhouse gas emissions.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice, Procurement Document, European Single Procurement Document (ESPD)
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 : E39 Rogfast - E07 Electro and automation system
Description : Rogfast, contract E07, electro and automation installations. E39 Rogfast E39 Rogfast consists of a 26.7 km long underwater two-course tunnel with a cross section 2 x T10.5 between Harestad in Randaberg municipality south of Boknafjorden and Laupland in Bokn municipality north of Boknafjorden. A 2.3 km motorway shall be constructed there, with narrowing and connecting to the existing E39 at Knarholmen. Between Kvitsøy and the main tunnel, a 3.8 km long 1 race tunnel with a cross section of T10.5 shall be constructed, which shall be connected to the main tunnel at a two-plan junction in the tunnel. On Kvitsøy a total of 2.0 km is being built on a new county road. Rogfast replaces the ferry route E39 Mortavika -Arsvågen and Mekjarvik – Kvitsøy. Contract E07 This contract is for electrotechnical installations, safety equipment, signs and automation installations.
Internal identifier : 23/207874

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31100000 Electric motors, generators and transformers
Additional classification ( cpv ): 31170000 Transformers
Additional classification ( cpv ): 31200000 Electricity distribution and control apparatus
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31520000 Lamps and light fittings
Additional classification ( cpv ): 31523000 Illuminated signs and nameplates
Additional classification ( cpv ): 31600000 Electrical equipment and apparatus
Additional classification ( cpv ): 31680000 Electrical supplies and accessories
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32200000 Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32270000 Digital transmission apparatus
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32500000 Telecommunications equipment and supplies
Additional classification ( cpv ): 34993100 Tunnel lighting
Additional classification ( cpv ): 45221000 Construction work for bridges and tunnels, shafts and subways
Additional classification ( cpv ): 45221200 Construction work for tunnels, shafts and subways
Additional classification ( cpv ): 45221241 Road tunnel construction work
Additional classification ( cpv ): 45221246 Undersea tunnel construction work
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45311000 Electrical wiring and fitting work
Additional classification ( cpv ): 45314000 Installation of telecommunications equipment
Additional classification ( cpv ): 45314300 Installation of cable infrastructure
Additional classification ( cpv ): 45314310 Installation of cable laying
Additional classification ( cpv ): 45317000 Other electrical installation work
Additional classification ( cpv ): 45317100 Electrical installation work of pumping equipment
Additional classification ( cpv ): 45317200 Electrical installation work of transformers
Additional classification ( cpv ): 45317300 Electrical installation work of electrical distribution apparatus
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 51111000 Installation services of electric motors, generators and transformers
Additional classification ( cpv ): 51111100 Installation services of electric motors
Additional classification ( cpv ): 51111300 Installation services of transformers
Additional classification ( cpv ): 51300000 Installation services of communications equipment
Additional classification ( cpv ): 51321000 Installation services of radio transmitters
Additional classification ( cpv ): 51700000 Installation services of fire protection equipment
Additional classification ( cpv ): 51900000 Installation services of guidance and control systems

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : Rogfast.

5.1.3 Estimated duration

Duration : 7 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 2025-10-29, 10:00 meet at Quality Airport Sola, Sømmevegen 1, Sola. Registration for the tender conference will be via KGV. Justification for using the exclusionary provision in the procurement regulations § 7-9 (4) – E39 Rogfast E07 electro E07 Electro is an execution contract with specific quantities and qualities for all materials. VegLCA does not provide a good picture of the distribution of greenhouse gas emissions. Measures presented in this writing is based on the project ́s mapping of the contract ́s climate footprint. and environmental impacts as well as knowledge of the market. The project has prepared a tender documentation that includes several climate and environmental requirements. beyond the requirements in the current law and beyond what is industry standard. The requirements we have climate is, in our opinion, the best that the market can offer. The environmental requirements ensure that we contributes to achieving the Norwegian Public Roads Administration ́s environment and sustainability goals. Based on the above mentioned account, we consider it clear that the requirements set for climate and environment in the tender documentation will give a better effect than what it would be realistic to achieve by weighting the climate and environment by at least 30% in the award criteria. The terms in the procurement regulations § 7-9 (4) are therefore deemed to be met. In order to stimulate the market to offer further climate and environmental measures in addition to the tender documentation minimum requirements we deem it appropriate to include some award criteria that concerns climate and the environment. E07 Electro is an execution contract with specific quantities and qualities for all materials. Figure 1 also shows that VegLCA does not provide a good picture of the distribution of greenhouse gas emissions.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified works
Description : 2.1. General The qualification requirements for the competition are stated in B2 point 2.2 to 2.5 below. Each individual qualification requirement must be fulfilled so that the contractor will be assessed as qualified. Contractors who do not fulfil the qualification requirements will be rejected, cf. § 24-2 (1) letter a).
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Enrolment in a trade register
Description : 2.2. The contractor ́s organisational and legal position. Qualification requirement: The contractor shall be a legally established company or consist of a community of contractors who are legally established companies. The requirement also applies to entities that the contractor will use, cf. point 4.1 below. The contractor shall not be a unit affected by the ban in the sanctions regulations of Ukraine § 8n, nor should it rely on entities in violation of § 8n. Documentation requirement: 1. Certificate from the Register of Business Enterprises or an equivalent certificate of statutory registration in the country where the contractor or the entities that will jointly constitute the contractor, cf. B2 point 4.2, has been established, as well as an equivalent certificate for all entities that the contractor 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, cf. E1 point 3.6. 4. Upon request from the builder, the contractor shall document who are real right holders in the contractor, companies in the contractor's group or companies that the contractor has controlling ownership or authority in, companies that the contractor will use, contractors and any other in the supplier chain, as well as information on who is the general manager, chairman and other senior employees at the contractor.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : 2.3. The Contractor's economic and financial capacity Qualification requirement: 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 50 million. 2. Tenderers shall have an equity percentage of at least 10%. 3. Tenderers shall have an average annual turnover of minimum NOK 250 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. The account shall also include any events of significance that have occurred after the last revised annual accounts. 3. An overview of any recently executed, ongoing or pending tax or public reviews of the contractor's activities. 4. Completed table in chapter E1 point 4. If the contractor has a justifiable reason for not submitting the documentation that the builder has demanded, 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 builder deems suitable. The contractor shall justify why he cannot present the documentation the builder has demanded.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Technicians or technical bodies for quality control
Description : 2.4. The contractor ́s technical and professional qualifications - Relevant experience Qualification requirement: Tenderers shall have sufficient experience with management and execution of 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. Construction of an electrical system for road tunnels and roads in open air. 2. Construction of automation installations for road tunnels and for roads in open air. 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 contract helpers, 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 8 and not less than 3 contracts that the contractor has carried out or are carrying out 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 list shall, cf. the form included in chapter E1 point 5.1, contain 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 contractor himself and what work was carried out by sub-suppliers. • Date of the delivery. • The contract ́s value. • Reference person/gender neutral preferred at the contracting authority with contact data (telephone number and email address) and a statement of the person in question ́s role at the builder 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 reference person is available. 2. Completed form in chapter 2. E1 point 5.1.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Environmental management measures
Description : 2.5. The contractor ́s management systems 2.5.1. Management System for Environment Qualification requirement: 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 contractor 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 contractor is unable to obtain such certificates by the deadline, and this is not due to the contractor himself. It is a prerequisite that the contractor documents that these measures are equivalent to the requested environment systems or standards. The contractor shall justify why he did not have the opportunity to receive such certificates by the deadline, and what this is due to.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Environmental management measures
Description : 2.5.1. Management System for Environment 2.5.2. Management System for Quality Qualification requirement: The contractor 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 contractor is unable to get such certificates by the deadline, and this is not due to the contractor himself. It is a prerequisite that the contractor documents that these measures are equivalent to ISO 9001 (2015). The contractor shall justify why he did not have the opportunity to receive such certificates by the deadline, and what this is due to.
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
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Description of the method to be used if weighting cannot be expressed by criteria : 8. Basis for award of contract - award criteria 8.1. Procedure for choosing a tender - calculation of the tender sum. A contract will be awarded to the tenderer with the tender that provides the best relationship between price and quality, cf. the procurement regulations § 18-1 (1). The following award criteria will form the basis of the evaluation: K1: Tender Sum K2: Organisation and offered key personnel K3: Implementation of the assignment K4: Taking care of the outer environment and reduction of greenhouse gas emissions in the project The tender sum S is calculated as follows: S = K1 – K2 – K3 – K4

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 : 10/11/2025 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
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) : Østfold ( NO083 )
Country : Norway
Contact point : Tatiana Maia Pinto Liknes
Telephone : +47 41521827
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 : 0eecc9db-88d5-4193-b3e0-c5305596ab70 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/09/2025 11:12 +00:00
Notice dispatch date (eSender) : 30/09/2025 11:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00641917-2025
OJ S issue number : 188/2025
Publication date : 01/10/2025