Paving

The contracting authority shall enter into a framework agreement for 2 years, with an option for an extension for 1+1 year for asphalting. Provided that the contracting authority receives a sufficient number of suitable tenders, parallel framework agreements shall be established with two to three tenderers in order to ensure …

CPV: 14213200 Dechtový makadam, 44113600 Bitúmen a asfalt, 45000000 Stavebné práce, 45200000 Práce na kompletnej alebo čiastočnej stavbe a práce inžinierskych stavieb, 45230000 Stavebné práce na stavbe diaľkových potrubných vedení, komunikačných a energetických vedení, na diaľnicach, cestách, letiskách a železniciach; práce na stavbe plôch, 45233000 Stavebné práce, práce spodnej a vrchnej stavby diaľnic, ciest, 45233200 Rôzne práce vrchnej stavby, 45233222 Dláždiace práce, 45233250 Práce na úprave povrchu okrem ciest, 45233251 Práce na obnove povrchu
Termín:
11. jún 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Paving
Udeľujúci orgán:
Fredrikstad kommune
Číslo udelenia:
2025/9479

1. Buyer

1.1 Buyer

Official name : Fredrikstad kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Paving
Description : The contracting authority shall enter into a framework agreement for 2 years, with an option for an extension for 1+1 year for asphalting. Provided that the contracting authority receives a sufficient number of suitable tenders, parallel framework agreements shall be established with two to three tenderers in order to ensure good capacity.  The estimated value of the framework agreements is a total of approx. NOK 20-30 million per annum for Fredrikstad. Future turnover is largely regulated by political decisions and budget limits. A comprehensive description of the delivery is in the annexes to the tender documentation.
Procedure identifier : aab953d5-00c4-4b59-8ced-559f4a038a2e
Internal identifier : 2025/9479
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority invites tenderers to a competition for parallel framework agreements for asphalting. The framework agreements shall cover the contracting authority ́s need for asphalting work. The contracts shall also include the necessary preliminary works in connection with asphalting, such as milling, adjustment of manholes and clearing of edges. The works can be necessary in connection with, among other things, settlement damage, excavations, water damage etc., the framework agreement requires relevant machines for asphalt work, asphalt competence, as well as access to equipment and crew for the execution of works on counties and municipal roads and open spaces. The work shall be carried out in accordance with the contracting authority ́s water and sewage norm ( www.va-norm.no) and Veinorm - Fredrikstad municipality. The work shall also fulfil the requirements in Fredrikstad municipality ́s excavation and work instructions, available on: Excavation and work instructions Fredrikstad kommuneRammeavtalen is used to the largest degree by the entities water and sewage, roads and traffic and technical management. All of the Contracting Authority's entities shall be able to use the framework agreements. The framework agreement will include several types of call-offs:1. Minor works with an estimated value under NOK 400,000 excluding VAT (call-off type 1) These are assignments that are mainly carried out during the day and will be planned assignments. Work based on used time. Call-off type 1 will be call-offs according to the method of surging. Tenderers must give their answer within 48 hours. If we do not receive a response by this deadline, we will proceed to the tenderer ranked as number 2. If tenderer number 2 also refuses or does not respond within 48 hours, we will address the tenderer ranked as number 3.2. Rush assignments (call-off type 2) The contract shall cover the contracting authority ́s need when there are breaches of water and/or sewage pipelines. There are response time requirements. Rush assignments shall be fulfilled 24 hours a day, including weekends and bank holidays. The assignments will be covered by elapsed time. Call-offs type 2 (urgent assignments) will also be called-off in accordance with the method of surging. The tenderer ranked as number 1 will be asked first. Tenderers must give their answer within 1 hour. If we do not receive a response by this deadline, we will proceed to the tenderer ranked as number 2. If supplier number 2 also refuses or does not respond within 1 hour, we will address the tenderer ranked as number 3.3. Mini competitions (call-off type 3) For planned assignments with an estimated value over NOK 400,000 excluding VAT, a mini-competition will be held between the parallel tenderers. A mini competition will generally be based either on a drawing/description, area and amount. See the framework agreement point 6.1 for detailed information on call-off mechanisms. Estimated number of call-offs per year: Call-off type 1: estimated approx. 100 for FredrikstadAvrop type 2: estimated approx. 20 for FredrikstadAvrop type 3: the estimated approx. 20 for fredrikstadoppdragsgiver draws attention to the fact that the estimated volume is only an estimate and is not binding for the contracting authority. The estimate is based on historical figures. Future turnover is largely regulated by political decisions and budget limits. The contracting authority reserves the right to hold separate competitions that are announced and which will not be a part of this framework agreement for assignments that are estimated to BE NOK 1,000,000 excluding VAT or greater.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233251 Resurfacing works
Additional classification ( cpv ): 14213200 Tarmac
Additional classification ( cpv ): 44113600 Bitumen and asphalt
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 45233200 Various surface works
Additional classification ( cpv ): 45233222 Paving and asphalting works
Additional classification ( cpv ): 45233250 Surfacing work except for roads

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement is carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974. part I and part III. Contract award will be made according to the open tender procedure, cf. FOA § 13-1(1).

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 : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : Paving
Description : The contracting authority shall enter into a framework agreement for 2 years, with an option for an extension for 1+1 year for asphalting. Provided that the contracting authority receives a sufficient number of suitable tenders, parallel framework agreements shall be established with two to three tenderers in order to ensure good capacity.  The estimated value of the framework agreements is a total of approx. NOK 20-30 million per annum for Fredrikstad. Future turnover is largely regulated by political decisions and budget limits. A comprehensive description of the delivery is in the annexes to the tender documentation.
Internal identifier : 2025/9479

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233251 Resurfacing works
Additional classification ( cpv ): 14213200 Tarmac
Additional classification ( cpv ): 44113600 Bitumen and asphalt
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 45233200 Various surface works
Additional classification ( cpv ): 45233222 Paving and asphalting works
Additional classification ( cpv ): 45233250 Surfacing work except for roads

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. The contracting authority will evaluate the tenderer's fulfilment of the requirement in the following manner: o A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. o The credit rating shall have a minimum rating of creditworthy. o Newly established companies, or companies that are rated lower than credit worthy, can instead submit a parent company guarantee or a bank guarantee that can document sufficient economic and financial capacity to fulfil the contract obligations. o If a parent company guarantee is submitted, the parent company will be rated in an equivalent way so the requirement for creditworthiness thus applies to the parent company. See the annex parent company guarantee. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : References on specified works
Description : C: Technical and professional qualifications. Only for building and construction works: Only for public building and construction works: During the reference period, the supplier has carried out the following works of the requested type. The client can claim up to five years' experience and allow experience from the time before the last five years to be taken into account. Minimum qualification requirements Description of requirements/documentation: The supplier must have experience from comparable assignments. Documented with a description of the supplier's up to 3 most relevant assignments during the last 3 years. The description must include an indication of the assignment's value, time and recipient (name, telephone and e-mail). It is the supplier's responsibility to document relevance through the description. The supplier can document the experience by showing the competence of personnel at his disposal and can use for this assignment, even if the experience was gained while the personnel performed services for another supplier.

5.1.11 Procurement documents

Deadline for requesting additional information : 30/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/255773134.aspx

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
Variants : Not allowed
Deadline for receipt of tenders : 11/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 11/06/2025 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 :
Framework agreement, with reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Søndre Østfold Tingrett -
Organisation providing more information on the review procedures : Søndre Østfold Tingrett -

8. Organisations

8.1 ORG-0001

Official name : Fredrikstad kommune
Registration number : 940039541
Postal address : Rådhuset, Nygaardsgaten 14-16
Town : Fredrikstad
Postcode : 1606
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Tony Mikarlsen
Telephone : +47 69306000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Søndre Østfold Tingrett
Registration number : 926722808
Town : Fredrikstad
Postcode : 1601
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Telephone : 69797700
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : e8bb50df-ab38-4af4-a9d4-94130ce18ceb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/05/2025 09:21 +00:00
Notice dispatch date (eSender) : 08/05/2025 10:04 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00300963-2025
OJ S issue number : 90/2025
Publication date : 12/05/2025