Framework agreement for consultancy services for assistance with the execution of field activities within operation and maintenance, with a main focus on winter operations.

Winter and summer operations are of great importance for accessibility and traffic safety on the roads. It is important for the Norwegian Public Roads Administration to further develop and optimise existing methods and test new technology, including more environmentally friendly alternatives. This procurement shall provide assistance for various field activities …

CPV: 73200000 Storitve svetovanja na področju raziskav in razvoja, 71600000 Storitve tehničnega testiranja, analize in svetovanja, 73000000 Storitve na področju raziskav in razvoja ter s tem povezane svetovalne storitve
Rok:
27. oktober 2025. 11:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Framework agreement for consultancy services for assistance with the execution of field activities within operation and maintenance, with a main focus on winter operations.
Organ za podeljevanje:
Statens vegvesen
Številka dodelitve:
25/174024

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 : Framework agreement for consultancy services for assistance with the execution of field activities within operation and maintenance, with a main focus on winter operations.
Description : Winter and summer operations are of great importance for accessibility and traffic safety on the roads. It is important for the Norwegian Public Roads Administration to further develop and optimise existing methods and test new technology, including more environmentally friendly alternatives. This procurement shall provide assistance for various field activities in the Norwegian Public Roads Administration. This mainly applies to testing within winter operations, but other operations and maintenance assignments are also relevant. The activities can also include documentation of costs and effects on driving conditions as a sub-basis for calculating social effects and preparing standard requirements, contract descriptions and training material. The contracting authority would like tenders for consultancy services for follow-up and reporting from various field activities connected to the operation and maintenance of roads. Testing of different equipment and methods for winter and summer operation, including testing of new technology within the area will be relevant. The objective of the procurement is to get consultancy assistance for planning, implementation, documentation, analyses and reporting of the field activities in question.
Procedure identifier : 354c0fe1-844e-48c9-b1d2-2456dc99bb6d
Internal identifier : 25/174024
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The assignment consists of providing assistance for various projects and field activities throughout the Entire Norwegian Public Roads Administration. The projects can be carried out in different parts of the country depending on activity. The Norwegian Public Roads Administration rents Bjorli airport in Romsdalen and it is therefore natural that some of the field activities will take place in this area.

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

2.1.4 General information

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 punishable 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 : Framework agreement for consultancy services for assistance with the execution of field activities within operation and maintenance, with a main focus on winter operations.
Description : Winter and summer operations are of great importance for accessibility and traffic safety on the roads. It is important for the Norwegian Public Roads Administration to further develop and optimise existing methods and test new technology, including more environmentally friendly alternatives. This procurement shall provide assistance for various field activities in the Norwegian Public Roads Administration. This mainly applies to testing within winter operations, but other operations and maintenance assignments are also relevant. The activities can also include documentation of costs and effects on driving conditions as a sub-basis for calculating social effects and preparing standard requirements, contract descriptions and training material. The contracting authority would like tenders for consultancy services for follow-up and reporting from various field activities connected to the operation and maintenance of roads. Testing of different equipment and methods for winter and summer operation, including testing of new technology within the area will be relevant. The objective of the procurement is to get consultancy assistance for planning, implementation, documentation, analyses and reporting of the field activities in question.
Internal identifier : 25/174024

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The assignment consists of providing assistance for various projects and field activities throughout the Entire Norwegian Public Roads Administration. The projects can be carried out in different parts of the country depending on activity. The Norwegian Public Roads Administration rents Bjorli airport in Romsdalen and it is therefore natural that some of the field activities will take place in this area.

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contract period is 2 years with an option for an extension for 1 year + 1 year. The maximum contract length is 4 years.

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone
Maximum value of the framework agreement : 10 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient financial capacity to fulfil the contract. Creditworthiness will be sufficient to meet the requirement. Documentation requirement: The contracting authority will obtain a credit rating from Experian. If there is doubt, the Contracting Authority can obtain further information from the tenderer.
Criterion : Relevant educational and professional qualifications
Description : Tenderers shall have relevant experience. The following central works/areas are particularly relevant: • Experience from previous field work within operation and maintenance. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall present the following documentation proof if requested by the contracting authority: - An overview of 3-5 of the most important, relevant work carried out in the last 3 years, including a short description of the assignment, the name of the public or private recipient, as well as information on value/quantity/scope and date. A tenderer who is newly established and cannot submit references, must be particularly careful to document and substantiate that they still have the prerequisites required to carry out the assignment. Newly established tenderers can document that the requirement is fulfilled by referring to experience that the offered persons/resources have built up in the service of others than the tenderer. In addition to the documentation that the tenderer has submitted, the contracting authority will emphasise its own documented experience with the tenderer.
Criterion : Other economic or financial requirements
Description : Support from other entities. Tenderers can, if necessary, rely on other companies' capacity to fulfil the requirements for economic and financial capacity and/or the requirements(s) for technical and professional qualifications. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. In addition, each individual entity that the Tenderer will use to submit a separate ESPD form when submitting a tender. Tenderers shall, upon request from the Contracting Authority, present the following documentation proof: • If the tenderer will use the capacity of other companies to fulfil the requirements(s) for economic and financial capacity, a declaration of joint and several liability to the contracting authority must be enclosed. • If the tenderer will use the capacity of other companies to fulfil the requirements(s) for technical and professional qualifications, each company shall submit a commitment statement or equivalent which documents access to the necessary resources. The commitment statement shall state which disciplines are available. Tenderers are encouraged to use a template for a commitment statement that is attached to this tender documentation. If a tenderer will use the capacity of other companies to fulfil the requirements of relevant experience, these entities shall carry out the services or the building and construction work that requires such qualifications.
Criterion : Other economic or financial requirements
Description : Participation in communities. Several tenderers can participate in the competition jointly. The community must see to the necessary documentation that all the qualification requirements are met. Tenderers who participate as a working partnership will be assessed collectively for the qualification requirements of economic and financial capacity and technical and professional qualifications. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. In addition each individual entity in the (work) group shall submit separate ESPD forms when submitting a tender. Tenderers shall, upon request from the Contracting Authority, present the following documentation proof: • An account of the (work) community, including the role of each participant. • Each individual entity in the (work) group shall submit a tax certificate. • In order for the working partnership to be assessed collectively, commitment statements or equivalent must be presented between the tenderers who will use the capacity of other participants in the group. • Declaration of joint and several liability to the contracting authority. If a tenderer will use the capacity of other companies to fulfil the requirements of relevant experience, these entities shall carry out the services or the building and construction work that requires such qualifications.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Documentation requirement: Tenderers shall enclose a completed price form. Annex 1 "Price Form" shall be used.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : The offered personnel ́ relevant formal competence and experience
Description : The contracting authority will evaluate the offered personnel ́s relevant formal competence and experience. Particular emphasis will be put on the offered personnel having experience from, and knowledge of operation, maintenance and winter operations in particular. Documentation requirement: Tenderers shall enclose CVs for the offered personnel. The CV shall include detailed information on education and relevant experience, and it ought to be built up as follows: • Personalia • Key qualifications • Education: Year, institution, line, degree • Additional education: Years, institution, description of subjects, credits • Previously executed assignments (contracting authority, size, value and type/nature and the person ́s role in the assignment). • We would like the consultant to have knowledge of the Norwegian Public Roads Administration, contractors and equipment suppliers, operations contract road, standard for operation and maintenance (R610), training material for winter operations. Practical experience with winter operations will also count positively.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60

5.1.11 Procurement documents

Deadline for requesting additional information : 20/10/2025 10:00 +00:00

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 27/10/2025 11:00 +00:00
Deadline until which the tender must remain valid : 2 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Information about review deadlines : This applies to a waiting period of 10 calendar days calculated from the day after the contract is awarded.

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 : Elisabeth Spæren
Telephone : +41 848965
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 36f550f9-1d84-43fb-859f-e639b85fcf33 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/09/2025 12:24 +00:00
Notice dispatch date (eSender) : 17/09/2025 18:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00612830-2025
OJ S issue number : 180/2025
Publication date : 19/09/2025