Rv5 Fodnes tunnel electro

Complete delivery and installation of equipment in new technical buildings in the tunnel. Delivery and installation of cables for emergency stations and communication in parts of the tunnel. Delivery, installation and connection of eight new emergency station cabinets. Delivery, assembly and connection of fixtures in the tunnel, including daylight zones. …

CPV: 45000000 Gradbena dela, 45221240 Gradbena dela na predorih, 45315100 Elektrotehniške inštalacije
Rok:
28. oktober 2025. 11:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Rv5 Fodnes tunnel electro
Organ za podeljevanje:
Statens vegvesen
Številka dodelitve:
25/165340

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 : Rv5 Fodnes tunnel electro
Description : Complete delivery and installation of equipment in new technical buildings in the tunnel. Delivery and installation of cables for emergency stations and communication in parts of the tunnel. Delivery, installation and connection of eight new emergency station cabinets. Delivery, assembly and connection of fixtures in the tunnel, including daylight zones. Delivery, installation and connection of a network that shall be connected to the existing network in the tunnel. Delivery and installation of 8 22kW ventilators.
Procedure identifier : 36fe896c-5268-40ef-a2ab-3c1448e5e5b3
Internal identifier : 25/165340
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45221240 Construction work for tunnels
Additional classification ( cpv ): 45315100 Electrical engineering installation works

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Additional information : A tender conference will be held 2025-10-08, 12:00, meet at the builder office at Grandane in Lærdal.
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 : Rv5 Fodnes tunnel electro
Description : Complete delivery and installation of equipment in new technical buildings in the tunnel. Delivery and installation of cables for emergency stations and communication in parts of the tunnel. Delivery, installation and connection of eight new emergency station cabinets. Delivery, assembly and connection of fixtures in the tunnel, including daylight zones. Delivery, installation and connection of a network that shall be connected to the existing network in the tunnel. Delivery and installation of 8 22kW ventilators.
Internal identifier : 25/165340

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45221240 Construction work for tunnels
Additional classification ( cpv ): 45315100 Electrical engineering installation works

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 11 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) : yes
Additional information : A tender conference will be held 2025-10-08, 12:00, meet at the builder office at Grandane in Lærdal.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tax certificates Tenderers shall, upon request from the contracting authority or, together with a request for participation in the competition, submit a VAT certificate and tax certificate issued by a competent body in the tenderer's home country or the country where the tenderer is established. The certificate shall document whether the tenderer has fulfilled his obligations to pay taxes, duties and social security contributions. The certificate must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or a tender.
Criterion : Certificates by quality control institutes
Description : The organisational and legal position of the tenderer. 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. Tenderers shall, upon request from the contracting authority, enclose a certificate from the Register of Business Enterprises or an equivalent certificate for statutory registration in the country where the tenderer or the entities that jointly constitute the tenderer are established, as well as certificates for all supporting entities.
Criterion : Financial ratio
Description : Requirements of the tenderer's economic and financial capacity. 1. Tenderers shall have sufficient economic and financial capacity to. fulfil the contract. 2. Tenderers shall have an equity percentage of at least 10%. 3. The average annual turnover in the last three years shall as a minimum correspond to the annual turnover for the contract. Tenderers shall, upon request from the contracting authority or together with the request for participation in the competition, present the following documentation: 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. 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. Tenderers shall justify why they cannot submit the documentation that the contracting authority has required.
Criterion : References on specified works
Description : The tenderer ́s technical and professional qualifications. Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from: Tunnel work/Renovation of tunnels. - Work with an SRO system for tunnels in open and busy tunnels. - Electrical installation works in tunnels. - Work on radio installations in tunnels. - Work with fibre termination. - Implementation of a new SRO system into the existing SRO system. - Roadworks warning and controlled traffic deviation with a guiding vehicle. Tenderers shall present the following documentation if requested by the contracting authority: An overview of 3-5 contracts that the tenderer has carried out or executes during the last five years calculated from the tender deadline. The overview shall, cf. the form included in chapter E2, include, among other things, the following for each of the contracts: - Name of the recipient (contracting authority). - Contact person/reference person at the contracting authority with contact data (telephone number and email address) and a statement of the person ́s role at the contracting authority during the contract. - Date of the delivery. - The value of the contract. - Which work was carried out by the tenderer, including as the main contractor or sub-contractor, and what work was carried out by sub-contractors. - Description of what the contract work was like, including relevance to the qualification requirement.
Criterion : Technicians or technical bodies for quality control
Description : Implementation ability: The tenderer shall: 1. Have the capacity and ability to handle predicted and unforeseen conditions in the contract. 2. Offer sufficient manpower to carry out the contract. 3. Have technical and professional competence and relevant experience with the key personnel offered for fulfilling the contract. Tenderers shall present the following documentation if requested by the contracting authority: 1. An overview of the tenderer's average workforce and the number of employees in the management in the last three years. 2. An overview of the manpower that the tenderer offers to carry out the contract, including an organisation plan for the contract. 3. CVs and job descriptions for key personnel, cf. chapter C, including the following resources: -Manager - Site Manager - Quality management manager. - HSE manager

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest price
Description : Lowest price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Criterion :
Type : Quality
Name : Reasons for the use of climate and environmental requirements.
Description : The procurement is for electrical work with the installation of 2 new buildings as well as the installation of new emergency stations, eight new vetilators and new lighting in the tunnel. The project has an estimated construction period of approx. one year. According to PPR § 7-9 (4), the award criterion in accordance with PPR § 7-9 (2) and (3) can be replaced with climate and environmental requirements if it is clear that this provides a better climate and environmental effect. The climate and environmental impact of this procurement is mainly related to the berthing of management vehicle and otherwise use of crew vehicles/team vehicles. Due to this, it is estimated that not enter into stretches in vegLCA for this project. Experience from equivalent work of the same extent shows that suppliers benefit from the same goods. and that it therefore does not host the major skilnadane on EPD. One other influence factor is that amounts in the contract are relatively small. BH requires that management vehicles for traffic management shall be fossil free. In addition, bra requirements that 90% of crew cars/team cars shall be fossil free. This is due to the fact that vehicles are the the largest climate and environmental factor in the project. Different factors involved in selection of requirements have been taken into consideration, which form the basis for which requirements we can reasonably set in the contract. The contract value is relatively low, so that there is a limit to the degree that it can stimulate contractors to undertake climate-friendly investments, such as expensive electric machines and equipment. Rather, the project has infrastructure for charging machines and equipment available to the project itself. installation of technical buildings in the tunnel. There is manglande infrastructure at the location and at because of this, there will not be enough climate gains by using resources to facilitate charging in this project. The Norwegian Public Roads Administration sets the following standard requirements in the contract: - Certification within ISO14001, C2 point 22.1. - The machinery and vehicle shall as a minimum have Euro 6 and step 4 engines, C4 point. 6.3. - That larger vehicles shall not be used as necessary for carrying out relevant assignment, C2 point. 34. - The machines are to be equipped with suitable absorption agents, C2 point 30.9. - With more. Further climate and environmental requirements in this contract are as follows: The lead vehicles for traffic deviations shall be fossil-free. A3 point 10. - Minimum 90% of all light berths shall be fossil free. C2 point 34 - Requirement to reduce the use of aggregate, chainsaw etc. on fossile fuel at: o Tenderers shall choose electrical tools (on pipes or batteries) where this is a alternative. o Be connected to the electricity network where possible with: Barracks, light mast, compressor etc.6C4 point 8 By setting minimum requirements in the contract, we are largely ensured a climate and environmental effect and we therefore considers the climate and environmental gains in this procurement better safeguarded through such a requirement position rather than the use of climate and environment as the award criterium.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

5.1.11 Procurement documents

Ad hoc communication channel :
Name : Eu-Supply

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 tenders : 28/10/2025 11:00 +00:00
Deadline until which the tender must remain valid : 2 Month
Information about public opening :
Opening date : 28/10/2025 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
Information about review deadlines : The waiting period will be set after information on the award of contract.

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) : Innlandet ( NO020 )
Country : Norway
Contact point : Marianne Rogne
Telephone : +47 41564215
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 : 202ad68c-a7c8-49d5-89ad-d6818142ca9d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/09/2025 12:31 +00:00
Notice dispatch date (eSender) : 24/09/2025 12:47 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00630173-2025
OJ S issue number : 185/2025
Publication date : 26/09/2025