Asphalt contract Mid and South - Nordland County 2025

Nordland County invites tenderers to a competition for Asphalt contracts Nordland.Competition consists of a competition/contract:18-2025-50 Asphalt contract Indre Helgeland - 202518-2025-51 Asphalt contract Ytre Helgeland - 202518-2025-52 Asphalt contract Mid - 2025 18-2025-50 Asphalt contract Inner Helgeland - 2025. 18-2025-51 Asphalt contract Outer Helgeland - 2025. 18-2025-52 Asphalt contract Mid …

CPV: 45000000 Bauarbeiten
Frist:
6. März 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Asphalt contract Mid and South - Nordland County 2025
Vergabestelle:
Nordland fylkeskommune
Vergabenummer:
2025/2634

1. Buyer

1.1 Buyer

Official name : Nordland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Asphalt contract Mid and South - Nordland County 2025
Description : Nordland County invites tenderers to a competition for Asphalt contracts Nordland.Competition consists of a competition/contract:18-2025-50 Asphalt contract Indre Helgeland - 202518-2025-51 Asphalt contract Ytre Helgeland - 202518-2025-52 Asphalt contract Mid - 2025
Procedure identifier : f1426de5-7f23-4280-9d22-d26645122763
Internal identifier : 2025/2634
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3

2.1.6 Grounds for exclusion

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.
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)
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?
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.
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).
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).
Child labour and 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 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.
Guilty of 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?
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 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.
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?
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : 18-2025-50 Asphalt contract Inner Helgeland - 2025.
Description : 18-2025-50 Asphalt contract Inner Helgeland - 2025.
Internal identifier : 2025/2634

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 18/05/2025
Duration end date : 03/10/2025

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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and 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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial implementation ability
Description : Qualification requirement 1: Tenderers shall be a legally established company or consist of a community of suppliers who are legally established companies. The requirement also applies to entities that the tenderer will use, cf. point B.2.3. Documentation requirement: 1. Certificate from the Register of Business Enterprises or an equivalent certificate of statutory registration in the country where the tenderer or the entities that jointly constitute the tenderer, cf. point B.2.3.2, are established, as well as for all supporting entities, cf. point B.2.3.1. Foreign tenderers shall instead submit an equivalent certificate as prescribed by the laws of the country where the tenderer is established. 2. Completed table in point E.2.3. Qualification requirement 2: Tenderers shall have good economic and financial capacity to carry out the contract and shall fulfil the following requirements: • Tenderers shall have a percentage of equity of at least 5%. • The average annual turnover for the last three approved financial years must as a minimum correspond to the annual turnover for the contract. Documentation requirement: The tables in point E.2.4 shall be filled in. The contracting authority will check the stated amounts against publicly available information. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax Certificate
Description : Tenderers shall, together with the tender, present a tax and VAT certificate issued by a competent body in the tenderer's home country or the country where the tenderer is established, demonstrating that the tenderer has fulfilled his tax, duty and social security obligations. Norwegian tenderers can order the certificate via the tax administration ́s websites, www.skatteetaten.no. Upon request, the certificate must not be more than six months old from the deadline for submission. The contracting authority asks all tenderers to be aware that if a tenderer is chosen, upon completion of the competition, the contracting authority will request that equivalent tax and VAT certificates are presented to any sub-contractors who will carry out works under the contract for more than NOK 500,000 excluding VAT, cf. the procurement regulations § 7-2. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Support from other entities for fulfilment of the qualification requirements.
Description : Tenderers can, if necessary, rely on other companies' capacity to fulfil the qualification requirements. Tenderers shall, in such cases, enclose documentation that shows that the tenderer has control of the necessary resources for the entities that the tenderer will use. The following documentation shall be provided: • Documentation proving that the tenderer can use the necessary resources for the entities that they will use by presenting a commitment statement from these entities. • Documentation of the relevant qualification requirement for the company that the tenderer will use in accordance with the requirements in point B.2.2.3, B.2.2.4, B.2.2.5, as well as document the qualification requirements of the company in point B2.2.2.2. • Each of its versions of the European Self-Declaration Form (ESPD) as a part of the tender, cf. point B.2.6.1. Where the tenderer will use the capacity of other companies to fulfil the requirements for economic and financial capacity, the contracting authority requires that they are joint and severally liable for the execution of the contract, cf. §16-10. The following documentation shall then also be provided: • Declaration of joint and several liability to the builder and third parties. If a tenderer will use the capacity of other companies to fulfil the requirements for relevant experience, point B.2.2.4.1, these entities shall carry out the services or construction works that require such qualifications. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Suppliers' community
Description : Several tenderers can participate in the competition jointly, cf. § 16-11. The participating tenderers shall, in such cases, deliver their own versions of the European Self-Declaration Form (ESPD) as a part of the tender, cf. point B.2.6. The following documentation shall be provided: • The same documentation as individual tenderers shall be provided for each individual tenderer who participate in the group. The community of suppliers can rely on the capacity of participants in the group and, if necessary, rely on other entities, and if so, the requirements in point B.2.3 apply in addition. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Particularly on newly established tenderers
Description : A tenderer who is recently established and cannot therefore present all documentation as required in point B.2.6 below, must be particularly careful to document and substantiate that he still has the prerequisites for fulfilment of the contract. It is particularly important that such tenderers can document a sufficiently large workforce for the execution of the contract, including professional and technical competence. Newly established tenderers emphasise that it is the tenderer's ability as such to carry out the contract that is assessed, not individual persons ́ competence in isolation. If a newly established tenderer has experience from contracts, the most relevant contracts from which the tenderer has experience must be completed in accordance with the documentation requirements in point B.2.3.2. This is even if the contracts are of such a nature that they do not fulfil the specified requirements. Missing or inadequate documentation in one or more criteria can result in the tenderer being rejected. Inadequate or incorrectly completed response form can also lead to rejection, cf. § 24-1 (2) letter b). Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : SHA system
Description : Qualification requirement: Tenderers shall have a system that shows that work is being proactively carried out for safeguarding safety, health and the working environment (SHA) with relevance for equivalent work included in this competition. The system shall be subject to regular audits. Documentation requirement: • Description of the tenderer's system for safeguarding HSE. • Table of contents of the system. • A description of routines for handling unwanted events, reporting and follow-up. • Documentation of the audit in recent years, with confirmation from the person/persons who have made the audit. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Outer Environment
Description : Qualification requirement: Tenderers shall have a good and well-functioning environmental management system, based on ISO 14001. (2015), EMAS (EU Eco-Management and Audit Scheme for environmental managment), Miljøfyrtårn, or equivalent, with relevance to equivalent transport projects. The system shall be subject to regular audits. Documentation requirement: 1. Description of the tenderer's system for safeguarding the outer environment. 2. Table of contents for the system. 3. Documentation of the audit in recent years with confirmation from the person/persons who have made the audit. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Only for building and construction works:
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For public building and construction work, technical personnel or units that shall carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Relevant experience
Description : Qualification requirement: Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from equivalent work. Documentation requirement: A list of up to 5 and not less than 3 contracts that the tenderer has carried out or carry out during the last five years calculated from the tender deadline. The list shall, cf. The form is included in chapter E, containing the following: • Name of the recipient • A description of the contractual works, including delivery in accordance with the qualification requirement points B.2.2.4.1 and B.2.2.4.2. • What work was carried out by the suppliers seed and what work was carried out by sub-suppliers (contract helpers). • 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 contracting authority during the contract. The tenderer is responsible for ensuring that the reference person is available and gives reference. Tenderers can also document the qualification requirement by referring to total experience of the key personnel he has at his disposal and who shall be used for this assignment, even if the experience has been worked up while the personnel have provided services for another service provider. If the key personnel are not employed by the tenderer, the tenderer must demonstrate that they prevail, for example, by presenting a commitment statement. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The builder's experiences
Description : Qualification requirement: The tenderer is required to show references to relevant contracts that they themselves have. carried out in a satisfactory manner. Nordland county and other builders' experiences with the tenderer can also be appraised. Conditions that will be assessed are related to i.a.: • documentation of completed quality. • fulfilment of contracts • compliance with provisions and procedures for HSE • compliance with provisions for wages and working conditions. • keeping deadlines • follow-up in the claims period. • the use of apprentices • Ability to collaborate and be system orientated. Documentation requirement: The qualification requirement is documented through the list described above in point B.2.2.4.1. The contracting authority undertakes a reference acquisition where the bullet points above are reviewed. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 27/02/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/248601388.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 : 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 : 06/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 06/03/2025 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 : no
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
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : SALTEN OG LOFOTEN TINGRETT
Review organisation : Klagenemda for offentlig anskaffelser
Organisation providing more information on the review procedures : Nordland fylkeskommune

5.1 Lot technical ID : LOT-0002

Title : 18-2025-51 Asphalt contract Outer Helgeland - 2025.
Description : 18-2025-51 Asphalt contract Outer Helgeland - 2025.
Internal identifier : 2025/2634

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 18/05/2025
Duration end date : 03/10/2025

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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and 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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial implementation ability
Description : Qualification requirement 1: Tenderers shall be a legally established company or consist of a community of suppliers who are legally established companies. The requirement also applies to entities that the tenderer will use, cf. point B.2.3. Documentation requirement: 1. Certificate from the Register of Business Enterprises or an equivalent certificate of statutory registration in the country where the tenderer or the entities that jointly constitute the tenderer, cf. point B.2.3.2, are established, as well as for all supporting entities, cf. point B.2.3.1. Foreign tenderers shall instead submit an equivalent certificate as prescribed by the laws of the country where the tenderer is established. 2. Completed table in point E.2.3. Qualification requirement 2: Tenderers shall have good economic and financial capacity to carry out the contract and shall fulfil the following requirements: • Tenderers shall have a percentage of equity of at least 5%. • The average annual turnover for the last three approved financial years must as a minimum correspond to the annual turnover for the contract. Documentation requirement: The tables in point E.2.4 shall be filled in. The contracting authority will check the stated amounts against publicly available information. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax Certificate
Description : Tenderers shall, together with the tender, present a tax and VAT certificate issued by a competent body in the tenderer's home country or the country where the tenderer is established, demonstrating that the tenderer has fulfilled his tax, duty and social security obligations. Norwegian tenderers can order the certificate via the tax administration ́s websites, www.skatteetaten.no. Upon request, the certificate must not be more than six months old from the deadline for submission. The contracting authority asks all tenderers to be aware that if a tenderer is chosen, upon completion of the competition, the contracting authority will request that equivalent tax and VAT certificates are presented to any sub-contractors who will carry out works under the contract for more than NOK 500,000 excluding VAT, cf. the procurement regulations § 7-2. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Support from other entities for fulfilment of the qualification requirements.
Description : Tenderers can, if necessary, rely on other companies' capacity to fulfil the qualification requirements. Tenderers shall, in such cases, enclose documentation that shows that the tenderer has control of the necessary resources for the entities that the tenderer will use. The following documentation shall be provided: • Documentation proving that the tenderer can use the necessary resources for the entities that they will use by presenting a commitment statement from these entities. • Documentation of the relevant qualification requirement for the company that the tenderer will use in accordance with the requirements in point B.2.2.3, B.2.2.4, B.2.2.5, as well as document the qualification requirements of the company in point B2.2.2.2. • Each of its versions of the European Self-Declaration Form (ESPD) as a part of the tender, cf. point B.2.6.1. Where the tenderer will use the capacity of other companies to fulfil the requirements for economic and financial capacity, the contracting authority requires that they are joint and severally liable for the execution of the contract, cf. §16-10. The following documentation shall then also be provided: • Declaration of joint and several liability to the builder and third parties. If a tenderer will use the capacity of other companies to fulfil the requirements for relevant experience, point B.2.2.4.1, these entities shall carry out the services or construction works that require such qualifications. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Suppliers' community
Description : Several tenderers can participate in the competition jointly, cf. § 16-11. The participating tenderers shall, in such cases, deliver their own versions of the European Self-Declaration Form (ESPD) as a part of the tender, cf. point B.2.6. The following documentation shall be provided: • The same documentation as individual tenderers shall be provided for each individual tenderer who participate in the group. The community of suppliers can rely on the capacity of participants in the group and, if necessary, rely on other entities, and if so, the requirements in point B.2.3 apply in addition. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Particularly on newly established tenderers
Description : A tenderer who is recently established and cannot therefore present all documentation as required in point B.2.6 below, must be particularly careful to document and substantiate that he still has the prerequisites for fulfilment of the contract. It is particularly important that such tenderers can document a sufficiently large workforce for the execution of the contract, including professional and technical competence. Newly established tenderers emphasise that it is the tenderer's ability as such to carry out the contract that is assessed, not individual persons ́ competence in isolation. If a newly established tenderer has experience from contracts, the most relevant contracts from which the tenderer has experience must be completed in accordance with the documentation requirements in point B.2.3.2. This is even if the contracts are of such a nature that they do not fulfil the specified requirements. Missing or inadequate documentation in one or more criteria can result in the tenderer being rejected. Inadequate or incorrectly completed response form can also lead to rejection, cf. § 24-1 (2) letter b). Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : SHA system
Description : Qualification requirement: Tenderers shall have a system that shows that work is being proactively carried out for safeguarding safety, health and the working environment (SHA) with relevance for equivalent work included in this competition. The system shall be subject to regular audits. Documentation requirement: • Description of the tenderer's system for safeguarding HSE. • Table of contents of the system. • A description of routines for handling unwanted events, reporting and follow-up. • Documentation of the audit in recent years, with confirmation from the person/persons who have made the audit. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Outer Environment
Description : Qualification requirement: Tenderers shall have a good and well-functioning environmental management system, based on ISO 14001. (2015), EMAS (EU Eco-Management and Audit Scheme for environmental managment), Miljøfyrtårn, or equivalent, with relevance to equivalent transport projects. The system shall be subject to regular audits. Documentation requirement: 1. Description of the tenderer's system for safeguarding the outer environment. 2. Table of contents for the system. 3. Documentation of the audit in recent years with confirmation from the person/persons who have made the audit. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Only for building and construction works:
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For public building and construction work, technical personnel or units that shall carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Relevant experience
Description : Qualification requirement: Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from equivalent work. Documentation requirement: A list of up to 5 and not less than 3 contracts that the tenderer has carried out or carry out during the last five years calculated from the tender deadline. The list shall, cf. The form is included in chapter E, containing the following: • Name of the recipient • A description of the contractual works, including delivery in accordance with the qualification requirement points B.2.2.4.1 and B.2.2.4.2. • What work was carried out by the suppliers seed and what work was carried out by sub-suppliers (contract helpers). • 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 contracting authority during the contract. The tenderer is responsible for ensuring that the reference person is available and gives reference. Tenderers can also document the qualification requirement by referring to total experience of the key personnel he has at his disposal and who shall be used for this assignment, even if the experience has been worked up while the personnel have provided services for another service provider. If the key personnel are not employed by the tenderer, the tenderer must demonstrate that they prevail, for example, by presenting a commitment statement. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The builder's experiences
Description : Qualification requirement: The tenderer is required to show references to relevant contracts that they themselves have. carried out in a satisfactory manner. Nordland county and other builders' experiences with the tenderer can also be appraised. Conditions that will be assessed are related to i.a.: • documentation of completed quality. • fulfilment of contracts • compliance with provisions and procedures for HSE • compliance with provisions for wages and working conditions. • keeping deadlines • follow-up in the claims period. • the use of apprentices • Ability to collaborate and be system orientated. Documentation requirement: The qualification requirement is documented through the list described above in point B.2.2.4.1. The contracting authority undertakes a reference acquisition where the bullet points above are reviewed. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 27/02/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/248601388.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 : 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 : 06/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 06/03/2025 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 : no
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
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : SALTEN OG LOFOTEN TINGRETT
Review organisation : Klagenemda for offentlig anskaffelser
Organisation providing more information on the review procedures : Nordland fylkeskommune

5.1 Lot technical ID : LOT-0003

Title : 18-2025-52 Asphalt contract Mid - 2025.
Description : 18-2025-52 Asphalt contract Mid - 2025.
Internal identifier : 2025/2634

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 18/05/2025
Duration end date : 03/10/2025

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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and 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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial implementation ability
Description : Qualification requirement 1: Tenderers shall be a legally established company or consist of a community of suppliers who are legally established companies. The requirement also applies to entities that the tenderer will use, cf. point B.2.3. Documentation requirement: 1. Certificate from the Register of Business Enterprises or an equivalent certificate of statutory registration in the country where the tenderer or the entities that jointly constitute the tenderer, cf. point B.2.3.2, are established, as well as for all supporting entities, cf. point B.2.3.1. Foreign tenderers shall instead submit an equivalent certificate as prescribed by the laws of the country where the tenderer is established. 2. Completed table in point E.2.3. Qualification requirement 2: Tenderers shall have good economic and financial capacity to carry out the contract and shall fulfil the following requirements: • Tenderers shall have a percentage of equity of at least 5%. • The average annual turnover for the last three approved financial years must as a minimum correspond to the annual turnover for the contract. Documentation requirement: The tables in point E.2.4 shall be filled in. The contracting authority will check the stated amounts against publicly available information. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax Certificate
Description : Tenderers shall, together with the tender, present a tax and VAT certificate issued by a competent body in the tenderer's home country or the country where the tenderer is established, demonstrating that the tenderer has fulfilled his tax, duty and social security obligations. Norwegian tenderers can order the certificate via the tax administration ́s websites, www.skatteetaten.no. Upon request, the certificate must not be more than six months old from the deadline for submission. The contracting authority asks all tenderers to be aware that if a tenderer is chosen, upon completion of the competition, the contracting authority will request that equivalent tax and VAT certificates are presented to any sub-contractors who will carry out works under the contract for more than NOK 500,000 excluding VAT, cf. the procurement regulations § 7-2. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Support from other entities for fulfilment of the qualification requirements.
Description : Tenderers can, if necessary, rely on other companies' capacity to fulfil the qualification requirements. Tenderers shall, in such cases, enclose documentation that shows that the tenderer has control of the necessary resources for the entities that the tenderer will use. The following documentation shall be provided: • Documentation proving that the tenderer can use the necessary resources for the entities that they will use by presenting a commitment statement from these entities. • Documentation of the relevant qualification requirement for the company that the tenderer will use in accordance with the requirements in point B.2.2.3, B.2.2.4, B.2.2.5, as well as document the qualification requirements of the company in point B2.2.2.2. • Each of its versions of the European Self-Declaration Form (ESPD) as a part of the tender, cf. point B.2.6.1. Where the tenderer will use the capacity of other companies to fulfil the requirements for economic and financial capacity, the contracting authority requires that they are joint and severally liable for the execution of the contract, cf. §16-10. The following documentation shall then also be provided: • Declaration of joint and several liability to the builder and third parties. If a tenderer will use the capacity of other companies to fulfil the requirements for relevant experience, point B.2.2.4.1, these entities shall carry out the services or construction works that require such qualifications. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Suppliers' community
Description : Several tenderers can participate in the competition jointly, cf. § 16-11. The participating tenderers shall, in such cases, deliver their own versions of the European Self-Declaration Form (ESPD) as a part of the tender, cf. point B.2.6. The following documentation shall be provided: • The same documentation as individual tenderers shall be provided for each individual tenderer who participate in the group. The community of suppliers can rely on the capacity of participants in the group and, if necessary, rely on other entities, and if so, the requirements in point B.2.3 apply in addition. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Particularly on newly established tenderers
Description : A tenderer who is recently established and cannot therefore present all documentation as required in point B.2.6 below, must be particularly careful to document and substantiate that he still has the prerequisites for fulfilment of the contract. It is particularly important that such tenderers can document a sufficiently large workforce for the execution of the contract, including professional and technical competence. Newly established tenderers emphasise that it is the tenderer's ability as such to carry out the contract that is assessed, not individual persons ́ competence in isolation. If a newly established tenderer has experience from contracts, the most relevant contracts from which the tenderer has experience must be completed in accordance with the documentation requirements in point B.2.3.2. This is even if the contracts are of such a nature that they do not fulfil the specified requirements. Missing or inadequate documentation in one or more criteria can result in the tenderer being rejected. Inadequate or incorrectly completed response form can also lead to rejection, cf. § 24-1 (2) letter b). Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : SHA system
Description : Qualification requirement: Tenderers shall have a system that shows that work is being proactively carried out for safeguarding safety, health and the working environment (SHA) with relevance for equivalent work included in this competition. The system shall be subject to regular audits. Documentation requirement: • Description of the tenderer's system for safeguarding HSE. • Table of contents of the system. • A description of routines for handling unwanted events, reporting and follow-up. • Documentation of the audit in recent years, with confirmation from the person/persons who have made the audit. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Outer Environment
Description : Qualification requirement: Tenderers shall have a good and well-functioning environmental management system, based on ISO 14001. (2015), EMAS (EU Eco-Management and Audit Scheme for environmental managment), Miljøfyrtårn, or equivalent, with relevance to equivalent transport projects. The system shall be subject to regular audits. Documentation requirement: 1. Description of the tenderer's system for safeguarding the outer environment. 2. Table of contents for the system. 3. Documentation of the audit in recent years with confirmation from the person/persons who have made the audit. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Only for building and construction works:
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For public building and construction work, technical personnel or units that shall carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Relevant experience
Description : Qualification requirement: Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from equivalent work. Documentation requirement: A list of up to 5 and not less than 3 contracts that the tenderer has carried out or carry out during the last five years calculated from the tender deadline. The list shall, cf. The form is included in chapter E, containing the following: • Name of the recipient • A description of the contractual works, including delivery in accordance with the qualification requirement points B.2.2.4.1 and B.2.2.4.2. • What work was carried out by the suppliers seed and what work was carried out by sub-suppliers (contract helpers). • 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 contracting authority during the contract. The tenderer is responsible for ensuring that the reference person is available and gives reference. Tenderers can also document the qualification requirement by referring to total experience of the key personnel he has at his disposal and who shall be used for this assignment, even if the experience has been worked up while the personnel have provided services for another service provider. If the key personnel are not employed by the tenderer, the tenderer must demonstrate that they prevail, for example, by presenting a commitment statement. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The builder's experiences
Description : Qualification requirement: The tenderer is required to show references to relevant contracts that they themselves have. carried out in a satisfactory manner. Nordland county and other builders' experiences with the tenderer can also be appraised. Conditions that will be assessed are related to i.a.: • documentation of completed quality. • fulfilment of contracts • compliance with provisions and procedures for HSE • compliance with provisions for wages and working conditions. • keeping deadlines • follow-up in the claims period. • the use of apprentices • Ability to collaborate and be system orientated. Documentation requirement: The qualification requirement is documented through the list described above in point B.2.2.4.1. The contracting authority undertakes a reference acquisition where the bullet points above are reviewed. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 27/02/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/248601388.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 : 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 : 06/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 06/03/2025 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 : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : SALTEN OG LOFOTEN TINGRETT
Review organisation : Klagenemda for offentlig anskaffelser
Organisation providing more information on the review procedures : Nordland fylkeskommune

8. Organisations

8.1 ORG-0001

Official name : Nordland fylkeskommune
Registration number : 964982953
Postal address : Prinsensgate 100
Town : BODØ
Postcode : 8048
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Contact point : Bernhard Rottem
Telephone : +47 75650000
Fax : +47 75650801
Internet address : http://www.nfk.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Klagenemda for offentlig anskaffelser
Registration number : 918195548
Town : Bergen
Postcode : 5815
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Telephone : 55 19 30 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : SALTEN OG LOFOTEN TINGRETT
Registration number : 826 723 122
Town : Bodø
Postcode : 8006
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Telephone : 75434900
Roles of this organisation :
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 85a97ba9-5766-43cf-a847-a7581e846e33 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/02/2025 08:06 +00:00
Notice dispatch date (eSender) : 04/02/2025 08:49 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00078937-2025
OJ S issue number : 25/2025
Publication date : 05/02/2025