Procurement of control engineer electro automation for E39 Rogfast

The project E39 Rogfast will be the world's longest and most submarine tunnel. When Rogfast is in place, the travel time between Stavanger and Bergen will be reduced by about 40 minutes. Work on constructing a tunnel from Kvitsøy down until the main courses are completed. The contractor Implenia/Stangeland runs …

CPV: 71311000 Civil engineering consultancy services, 71314000 Energy and related services, 71314100 Electrical services
Deadline:
March 3, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
Procurement of control engineer electro automation for E39 Rogfast
Awarding body:
Statens vegvesen
Award number:
25/4440

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of control engineer electro automation for E39 Rogfast
Description : The project E39 Rogfast will be the world's longest and most submarine tunnel. When Rogfast is in place, the travel time between Stavanger and Bergen will be reduced by about 40 minutes. Work on constructing a tunnel from Kvitsøy down until the main courses are completed. The contractor Implenia/Stangeland runs the tunnel from Randaberg in the south towards Kvitsøy, and contractor Skanska operates from Bokn towards Kvitsøy. If everything goes according to plan, it will be able to be opened in 2033. There is currently a lack of control engineer electro for the development of tunnel electro and automation in the project.
Procedure identifier : 4896a32d-aa5e-4b0b-ab3f-5e64e0c2d61f
Internal identifier : 25/4440
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71314000 Energy and related services
Additional classification ( cpv ): 71314100 Electrical services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information : E39 Rogfast.

2.1.4 General information

Additional information : Why the award criteria do not include weighting for climate and environmental considerations The procurement ́s main CPV is 7150,000 Building and construction related services. The procurement is a service procurement that typically has low climate intensity. The nature of the procurement is mainly quality control with deliveries to the project, which are typically carried out as a mixture of desk work (planning, documentation) and work (inspection of deliveries) at the construction site. The main service is K-Ing. their work efforts. In order to map the climate footprint and other forms of environmental impact from the species K-Ing, the Norwegian Public Roads Administration expects a K-Ing. their climate footprint and environmental impact will be equal to the load from an average permanent employee. There will then be the employee ́s need for office space and equipment, the energy consumption in the building that the person in question works in, travel activities for work, and waste generation that contributes to the employee ́s climate footprint and environmental impact. However, the Norwegian Public Roads Administration estimates that none of the above elements fall within the nature of the procurement, which is a K-Ing. mission. The elements connected to the species, i.e. the technical and professional assistance provided and the digital assessments, plans, minutes and reports to be produced, lead to an immaterial climate footprint and an immaterial environmental impact.
Legal basis :
Directive 2014/24/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 : Procurement of control engineer electro automation for E39 Rogfast
Description : The project E39 Rogfast will be the world's longest and most submarine tunnel. When Rogfast is in place, the travel time between Stavanger and Bergen will be reduced by about 40 minutes. Work on constructing a tunnel from Kvitsøy down until the main courses are completed. The contractor Implenia/Stangeland runs the tunnel from Randaberg in the south towards Kvitsøy, and contractor Skanska operates from Bokn towards Kvitsøy. If everything goes according to plan, it will be able to be opened in 2033. There is currently a lack of control engineer electro for the development of tunnel electro and automation in the project.
Internal identifier : 25/4440

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71314000 Energy and related services
Additional classification ( cpv ): 71314100 Electrical services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information : E39 Rogfast.

5.1.3 Estimated duration

Duration : 8 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Why the award criteria do not include weighting for climate and environmental considerations The procurement ́s main CPV is 7150,000 Building and construction related services. The procurement is a service procurement that typically has low climate intensity. The nature of the procurement is mainly quality control with deliveries to the project, which are typically carried out as a mixture of desk work (planning, documentation) and work (inspection of deliveries) at the construction site. The main service is K-Ing. their work efforts. In order to map the climate footprint and other forms of environmental impact from the species K-Ing, the Norwegian Public Roads Administration expects a K-Ing. their climate footprint and environmental impact will be equal to the load from an average permanent employee. There will then be the employee ́s need for office space and equipment, the energy consumption in the building that the person in question works in, travel activities for work, and waste generation that contributes to the employee ́s climate footprint and environmental impact. However, the Norwegian Public Roads Administration estimates that none of the above elements fall within the nature of the procurement, which is a K-Ing. mission. The elements connected to the species, i.e. the technical and professional assistance provided and the digital assessments, plans, minutes and reports to be produced, lead to an immaterial climate footprint and an immaterial environmental impact.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Other
Name : Driving licences
Description : The tenderer (control engineer) shall have a driving licence, class. B, as a minimum.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Requirements of the tenderer's registrations, authorisations, etc.
Description : The tenderer shall be a legally established company.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements regarding the tenderer ́s technical and professional qualification.
Description : Demand The tenderer (control engineer) shall fulfil the following: • Electrician with gr. L as well as technical vocational college electro • Minimum 3 years experience as an electrician/consultant. Documentation requirement Tenderers shall confirm that they fulfil this requirement by submitting a CV in accordance with the template in annex 2, as well as a copy of a certificate of apprenticeship, when submitting the tender.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price weighted 50% - Tenderers shall enclose a completed price form with information on hourly rates as well as the costs included in the hourly rate.
Criterion :
Type : Quality
Name : Quality weighted 50% - The offered personnel ́s relevant formal competence and experience.
Description : The contracting authority will evaluate the offered personnel ́s relevant formal competence and experience.
Description of the method to be used if weighting cannot be expressed by criteria : Price weighted 50% Quality weighted 50%
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 03/03/2025 11:00 +00:00
Information about public opening :
Opening date : 04/03/2025 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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett

8. Organisations

8.1 ORG-0001

Official name : Statens vegvesen
Registration number : 971032081
Department : Fellesfunksjoner
Postal address : Skoggata 19
Town : Moss
Postcode : 1500
Country : Norway
Contact point : Tatiana Maia Pinto Liknes
Telephone : +47 41521827
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 5b82b130-85a5-4dba-a694-2a3168664f59 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/01/2025 09:57 +00:00
Notice dispatch date (eSender) : 31/01/2025 10:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00073470-2025
OJ S issue number : 23/2025
Publication date : 03/02/2025