Gryllefjord School, ground and infrastructure

The procurement includes: - Removal of vegetation cover - Demotion of rock blocks - Rock blasting - Excavation of uncompacted matter - Crushing stones for different fractions - Laying of a new main water supply - Preparation of the site for the construction of a new school - Preparation of …

CPV: 45214200 Bauarbeiten für Schulgebäude, 14210000 Kies, Sand, Schotter und Aggregate, 45111210 Spreng- und Enttrümmerungsarbeiten, 45112100 Grabenaushub, 45213260 Bau von Lagerdepots, 45231100 Bauarbeiten für Rohrleitungen, 45231300 Bauarbeiten für Wasser- und Abwasserrohrleitungen, 45232000 Bauarbeiten und zugehörige Arbeiten für Rohrleitungen und Kabelnetze, 45232100 Nebenarbeiten für Wasserrohrleitungen, 45232411 Bau von Schmutzwasserleitungen, 45233000 Bauarbeiten, Fundamentierungsarbeiten und Oberbauarbeiten für Fernstraßen und Straßen, 45233100 Bauarbeiten für Fernstraßen und Straßen, 45233125 Bau von Straßenkreuzungen, 45233226 Bau von Zufahrtstraßen
Frist:
10. März 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Gryllefjord School, ground and infrastructure
Vergabestelle:
Asplan Viak AS
Vergabenummer:
639872-01

1. Buyer

1.1 Buyer

Official name : Asplan Viak AS
Activity of the contracting entity : Water-related activities

1.1 Buyer

Official name : Senja kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Gryllefjord School, ground and infrastructure
Description : The procurement includes: - Removal of vegetation cover - Demotion of rock blocks - Rock blasting - Excavation of uncompacted matter - Crushing stones for different fractions - Laying of a new main water supply - Preparation of the site for the construction of a new school - Preparation of a road to an reinforcement layer - Demolition of a detached house.
Procedure identifier : 4f53b4bb-ea78-4679-860c-8f731bc50ef3
Internal identifier : 639872-01
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 ): 45214200 Construction work for school buildings
Additional classification ( cpv ): 14210000 Gravel, sand, crushed stone and aggregates
Additional classification ( cpv ): 45111210 Blasting and associated rock-removal work
Additional classification ( cpv ): 45112100 Trench-digging work
Additional classification ( cpv ): 45213260 Stores depot construction work
Additional classification ( cpv ): 45231100 General construction work for pipelines
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45232100 Ancillary works for water pipelines
Additional classification ( cpv ): 45232411 Foul-water piping construction work
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45233125 Road junction construction work
Additional classification ( cpv ): 45233226 Access road construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Additional information : Gryllefjord on Senja

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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).
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.
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.
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.
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?
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?
Guilty of 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.
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 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?
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.
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-0000

Title : Gryllefjord School, ground and infrastructure
Description : The procurement includes: - Removal of vegetation cover - Demotion of rock blocks - Rock blasting - Excavation of uncompacted matter - Crushing stones for different fractions - Laying of a new main water supply - Preparation of the site for the construction of a new school - Preparation of a road to an reinforcement layer - Demolition of a detached house.
Internal identifier : 639872-01

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45214200 Construction work for school buildings
Additional classification ( cpv ): 14210000 Gravel, sand, crushed stone and aggregates
Additional classification ( cpv ): 45111210 Blasting and associated rock-removal work
Additional classification ( cpv ): 45112100 Trench-digging work
Additional classification ( cpv ): 45213260 Stores depot construction work
Additional classification ( cpv ): 45231100 General construction work for pipelines
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45232100 Ancillary works for water pipelines
Additional classification ( cpv ): 45232411 Foul-water piping construction work
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45233125 Road junction construction work
Additional classification ( cpv ): 45233226 Access road construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Additional information : Gryllefjord on Senja

5.1.3 Estimated duration

Duration : 2 025 Year

5.1.4 Renewal

Maximum renewals : 0

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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.7 Strategic procurement

Approach to reducing environmental impacts : Pollution prevention and control
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : See the tender documentation
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : See the tender documentation
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : See the tender documentation
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 : 28/02/2025 11:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 10/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 90 Day
Information about public opening :
Opening date : 10/03/2025 11:00 +00:00
Place : Via EU-supply
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Yes
Conditions relating to the performance of the contract : See the tender documentation
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the tender documentation
Information about review deadlines : Ten Days

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

Review organisation : nærmeste Tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : nærmeste Tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : nærmeste Tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : nærmeste Tingrett
Organisation providing additional information about the procurement procedure : Asplan Viak AS
Organisation providing offline access to the procurement documents : Asplan Viak AS
Organisation receiving requests to participate : Asplan Viak AS
Organisation processing tenders : Senja kommune

8. Organisations

8.1 ORG-0001

Official name : Asplan Viak AS
Registration number : 910 209 205
Postal address : Postboks 24
Town : Sandvika
Postcode : 1337
Country : Norway
Contact point : Tor-Erik Iversen
Telephone : +47 95787242
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate

8.1 ORG-0002

Official name : nærmeste Tingrett
Registration number : 926 723 022
Town : Tromsø
Country : Norway
Telephone : 77 60 34 00
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

8.1 ORG-0003

Official name : Senja kommune
Registration number : 921369417
Postal address : Postboks 602
Town : Finnsnes
Postcode : 9306
Country : Norway
Contact point : Lars-Helge Hansen
Telephone : 975 26 580
Roles of this organisation :
Buyer
Group leader
Organisation processing tenders

11. Notice information

11.1 Notice information

Notice identifier/version : 84629a38-9f30-4b52-93cb-f2ba427d45fa - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/02/2025 22:22 +00:00
Notice dispatch date (eSender) : 06/02/2025 07:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00084286-2025
OJ S issue number : 27/2025
Publication date : 07/02/2025