Sub-project manager/main construction manager for E136 Breivika – Lerstad

The Norwegian Public Roads Administration Development "hereafter called the contracting authority" invites tenderers to a competition for a sub-project manager/main construction manager for the E136 Breivika – Lerstad, Lerstad tunnel in Ålesund. Tenders are wanted from tenderers with the professional, legal and financial basis necessary to fulfil the contract. The …

CPV: 71311000 Civil engineering consultancy services, 71520000 Construction supervision services, 71540000 Construction management services, 71541000 Construction project management services
Deadline:
March 6, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
Sub-project manager/main construction manager for E136 Breivika – Lerstad
Awarding body:
Statens vegvesen
Award number:
24/327785

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 : Sub-project manager/main construction manager for E136 Breivika – Lerstad
Description : The Norwegian Public Roads Administration Development "hereafter called the contracting authority" invites tenderers to a competition for a sub-project manager/main construction manager for the E136 Breivika – Lerstad, Lerstad tunnel in Ålesund. Tenders are wanted from tenderers with the professional, legal and financial basis necessary to fulfil the contract.
Procedure identifier : 8d709a2f-fcac-498e-85db-f7a8670ad849
Internal identifier : 24/327785
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest, service procurement above the EEA threshold.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71520000 Construction supervision services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Additional information : E136 Breivika – Lerstad, lerstad tunnel in Ålesund.

2.1.4 General information

Additional information : Why the award criteria do not include weighting for climate and environmental considerations The contract includes construction management assignments for the Development Division project E136-Breivika. 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 construction management, which is typically carried out as desk work. The work can include some, but typically limited travel activities. The main service is the construction manager ́s work effort. In order to map the climate footprint and other forms of environmental impact from the species construction management assignments, the Norwegian Public Roads Administration anticipates that a construction manager's climate footprint and environmental impact will be equivalent 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 for jobs, 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 construction management assignment. 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. The Norwegian Public Roads Administration will, based on our assessment, use the exclusion provisions in the procurement regulations § 7-9 fifth paragraph, as the procurement is justified as a climate footprint and an environmental impact that is immaterial. The Norwegian Public Roads Administration is therefore exempt from the obligations to weight the environment 30% or to prioritise the environment among the three highest prioritised award criteria.
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?
Purely national exclusion grounds : The provisions on rejection due to conditions at the tenderer are stated in the procurement regulations § 24-2. The European Self-Declaration Form (ESPD) applies as provisional documentation, among other things, so that there are no such reasons for rejection. Further documentation requirements for absence of rejection reasons are in the procurement regulations § 24-7, possibly also § 24-5 (1) if documentation of such measures is relevant. The documentation shall be submitted in accordance with the communication terms stated in chapter B1 and in accordance with the deadline set by the contracting authority, in case the contracting authority requires this. The certificates mentioned in § 24-7 (1) letter a) and b) shall not be older than 6 months from the tender deadline. If the necessary certificates/documents for documenting the absence of rejection reasons are not issued in the tenderer's home country or the country where they are established, or if they do not cover all the rejection reasons mentioned in the procurement regulations § 24-2 (1) letter b, (2) and (3) letters a and b, the completed ESPD form applies as documentation for these conditions. The contracting authority will be able to conduct separate surveys related to the tenderer's activities, including participants in a supplier partnership and supported entities to the tenderer, as well as other conditions that are relevant to assess whether the tenderer can be qualified.
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 : Sub-project manager/main construction manager for E136 Breivika – Lerstad
Description : The Norwegian Public Roads Administration Development "hereafter called the contracting authority" invites tenderers to a competition for a sub-project manager/main construction manager for the E136 Breivika – Lerstad, Lerstad tunnel in Ålesund. Tenders are wanted from tenderers with the professional, legal and financial basis necessary to fulfil the contract.
Internal identifier : 24/327785

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71520000 Construction supervision services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services
Options :
Description of the options : 1.2.4 Option The contract will be valid for 2.5 years from when the contract is signed, with an option from the contracting authority to extend the contract for 6 months at a time, up to 1 year.

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Additional information : E136 Breivika – Lerstad, lerstad tunnel in Ålesund.

5.1.3 Estimated duration

Duration : 30 Month

5.1.4 Renewal

Maximum renewals : 2

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 contract includes construction management assignments for the Development Division project E136-Breivika. 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 construction management, which is typically carried out as desk work. The work can include some, but typically limited travel activities. The main service is the construction manager ́s work effort. In order to map the climate footprint and other forms of environmental impact from the species construction management assignments, the Norwegian Public Roads Administration anticipates that a construction manager's climate footprint and environmental impact will be equivalent 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 for jobs, 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 construction management assignment. 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. The Norwegian Public Roads Administration will, based on our assessment, use the exclusion provisions in the procurement regulations § 7-9 fifth paragraph, as the procurement is justified as a climate footprint and an environmental impact that is immaterial. The Norwegian Public Roads Administration is therefore exempt from the obligations to weight the environment 30% or to prioritise the environment among the three highest prioritised award criteria.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : B2 2.5 The tenderer ́s economic and financial capacity.
Description : Tenderers shall have the reqiest economic capacity to fulfil the contractual obligations. This includes the tenderer being credit worthy.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : B2 2.1 General
Description : The qualification requirements are set so that the tenderer shall have the necessary competence, experience and financial capacity to carry out the procurement. Tenderers who do not fulfil the qualification requirements will be rejected, cf. the procurement regulations § 24-2 (1) letter a. Missing or inadequate documentation for one or more of the requirements can result in the tenderer being rejected. The same applies if the tenderer provides incorrect or misleading information. The contracting authority can emphasise their own experience from previously executed work. The Contracting Authority can obtain information from public registers and provided references.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : B2 2.2 Documentation
Description : In order for tenderers to be assessed as qualified, the tenderer must complete the ESPD form, cf. point 1.1 above, stating that he fulfils all of the qualification requirements stated in point 2.3 - 2.5 below. Before awarding the contract, the contracting authority will ask the chosen tenderer to provide updated documentation, cf. point 1.1 above. Such documentation shall be given with the editing and structure stated in chapter E.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : B2 2.3 The tenderer's registrations, authorisations, etc.
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : B2 2.4 The tenderer ́s technical and professional qualifications.
Description : Demand Tenderers shall have relevant experience with work of the same nature, scope or degree of difficulty. Documentation requirement • Description of the tenderer's most relevant contracts in the course of the last 5 years. Up to 3 previous assignments shall be described. The description must include a statement of: a) contracting authority (name, telephone number and email address). b) the assignment ́s content and extent c) assignment period It is the tenderer ́s responsibility to document relevance through the description. • The Norwegian Public Roads Administration ́s own experiences with the tenderer can be appraised.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : B3 2 Criterium K2 competence
Description : The offered person's competence will be assessed for K2 Competence. The following conditions will be assessed: - Formal competence. - Relevant professional experience. Experience from transport projects and particularly contract follow-up in accordance with the Norwegian Public Roads Administration ́s contract template will be emphasised. Tenders with personnel with the best competence will get maximum deduction value K2 in the tender sum of NOK 3,000,000,-. The other tenders will receive deductions that are in accordance with how they are ranked in relation to the tender offer with personnel who have the best competence.
Criterion :
Type : Quality
Name : B3 3 Criterium K3 Personal suitability
Description : Interview (60%) References (40%) Previous contracting authorities can be contacted, hereunder the Norwegian Public Roads Administration ́s own experiences can be emphasised. Previous contracting authorities' information on completed assignment management, delivery quality, professional quality, availability and collaboration capabilities will be relevant. The tender offer with personnel that are assessed best suited will get the maximum deduction value of K3 in the tender sum of NOK 4,000,000,-. The other tenders will receive deductions that are in accordance with how they are ranked in relation to the tender offer with personnel who have the best competence.
Criterion :
Type : Price
Name : B3 4 Tender Sum T
Description : The tender sum is offered price as stated in the tender form, c.f. chapter E. The inspection calculated tender sum will be used directly in the compilation of the different tender offers together with the values of K2 and K3. The hourly rates shall be excluding VAT, should reflect the actual costs and include all of the tenderer's expenses as well as mark-ups for covering indirect costs, risk and profits. See chapter C 2.6 for covering travel costs and expenses. Any options will be included in the tender sum, but not the contract sum.
Description of the method to be used if weighting cannot be expressed by criteria : The contract will be awarded to the tenderer who has the best relationship between price and quality and therefore achieves the lowest tender sum. The tender sum for each individual tender is a tender sum, less the value of the other award criteria. Competition sum S = T-K2- K3 there • T Tender Sum, based on the price in the tender form. • K2 Offered competence in the project • K3 Personal suitability
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 : 06/03/2025 11:00 +00:00
Information about public opening :
Opening date : 07/03/2025 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 : 4b03ab15-a485-4c93-8723-b95aea58704b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/01/2025 13:23 +00:00
Notice dispatch date (eSender) : 30/01/2025 13:36 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00069056-2025
OJ S issue number : 22/2025
Publication date : 31/01/2025