Noise contract Ranheim-Værnes - Contract 3

The work includes noise insulation of houses and the establishment of screened outside areas in connection with the road development of the E6 between Ranheim and Værnes. There are a total of 74 residential units where measures shall be carried out. The work includes noise insulation of houses and the …

CPV: 45000000 Trabajos de construcción, 34928230 Pantallas acústicas viales, 45422000 Carpintería y ebanistería, 71313100 Servicios de consultoría en control del ruido, 90742200 Servicios de protección contra la contaminación acústica, 90742300 Servicios de seguimiento de la contaminación acústica, 90742400 Servicios de asesoramiento sobre la contaminación acústica
Plazo:
6 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Noise contract Ranheim-Værnes - Contract 3
Organismo adjudicador:
Nye Veier
Número de premio:
381201

1. Buyer

1.1 Buyer

Official name : Nye Veier
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Noise contract Ranheim-Værnes - Contract 3
Description : The work includes noise insulation of houses and the establishment of screened outside areas in connection with the road development of the E6 between Ranheim and Værnes. There are a total of 74 residential units where measures shall be carried out.
Procedure identifier : f7729e36-6b42-4e9c-9917-1910814042d3
Internal identifier : 381201
Type of procedure : Other single stage procedure
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
Additional classification ( cpv ): 34928230 Noise fence
Additional classification ( cpv ): 45422000 Carpentry installation work
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 90742200 Noise pollution protection services
Additional classification ( cpv ): 90742300 Noise pollution monitoring services
Additional classification ( cpv ): 90742400 Noise pollution advisory services

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 55 000 000 Norwegian krone

2.1.4 General information

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 : Noise contract Ranheim-Værnes - Contract 3
Description : The work includes noise insulation of houses and the establishment of screened outside areas in connection with the road development of the E6 between Ranheim and Værnes. There are a total of 74 residential units where measures shall be carried out.
Internal identifier : 381201

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 34928230 Noise fence
Additional classification ( cpv ): 45422000 Carpentry installation work
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 90742200 Noise pollution protection services
Additional classification ( cpv ): 90742300 Noise pollution monitoring services
Additional classification ( cpv ): 90742400 Noise pollution advisory services

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 17/06/2025
Duration end date : 26/02/2027

5.1.5 Value

Estimated value excluding VAT : 55 000 000 Norwegian krone

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers shall be credit worthy with a status of 'satisfactory' or better, as well as be able to obtain credit.
Description : Who shall fulfil the requirement: - The tenderer - Companies that the tenderer will use through a commitment statement to fulfil the qualification requirements for finances. - If several tenderers participate in the competition as a working partnership (working partnership), the requirement applies for each participant in the working partnership. How to document fulfilment of the requirement: Credit rating, not older than six months before the deadline for applying for qualification. The credit rating shall be issued by a certified credit rating company, which has a licence to operate within the EU/EEA area. The tenderer can rely on a parent company to fulfil the requirement. If so, a declaration is required that the parent company is joint and severally responsible for the fulfilment of the tenderer's obligations in accordance with the contract.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tenderers shall have an average annual turnover over the last two years at least equivalent to NOK 50 million excluding VAT.
Description : Who shall fulfil the requirement: The tenderer. If several tenderers participate in the competition as a working partnership (working partnership), it is sufficient that the working partnership together fulfils the requirement. The tenderer can rely on a parent company to fulfil the requirement. If so, a declaration is required that the parent company is joint and severally responsible for the fulfilment of the tenderer's obligations in accordance with the contract. Documentation requirement: Annual Accounts for the last two fiscal years.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall have their tax and VAT affairs in order.
Description : Who shall meet the requirement: - The tenderer - Companies that the tenderer will use through a commitment statement - If several tenderers participate in the competition in partnership (working partnership), the requirement applies to each participant in the community. How to document fulfilment of the requirement: Tax and VAT certificate or equivalent documentation from the state where the company is established which shows that the tenderer has settled conditions in relation to tax and VAT. The certificate or equivalent documentation must not be more than six months from the deadline for receipt of tenders.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer shall be a legally established company.
Description : Who shall meet the requirement: - The tenderer - Companies that the tenderer will use through a commitment statement - If several tenderers participate in the competition in partnership (working partnership), the requirement applies to each participant in the community. How to document fulfilment of the requirement: Company Registration Certificate or equivalent documentation which shows that the company is legally established and registered. Norwegian companies require registration in the Register of Business Enterprises. Foreign companies are required to have registration in an equivalent company or trade register in the country where the company is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers who will use the capacity of other companies to fulfil the qualification requirements shall demonstrate this.
Description : If the tenderer relies on other companies to fulfil the requirements for economic and financial capacity, joint and several liability is required between the companies for fulfilment of the tenderer's obligations in accordance with the contract. If the tenderer supports themselves in other entities to fulfil the requirements for education and technical and professional qualifications or the requirements of relevant professional experience, these entities shall carry out the work or services that require such qualifications. Who shall fulfil the requirement: - The tenderer - If several tenderers participate in the competition in partnership (working partnership), the requirement applies to the working partnership. - Companies that the tenderer will use through a commitment statement how to document fulfilment of the requirement: The contracting authority ́s template shall be used for the delivery of a written and signed commitment statement from each committed company. The commitment declaration shall document that the tenderer has the right to use the necessary resources at the committed company. The tenderer shall, in the ESPD form, respond to whether they will use the capacity of other entities. The obliged companies shall submit a separate ESPD form. Tenderers shall also submit an organisation chart or other written documentation with an overview of all the committed companies. The documentation shall describe how the qualification requirements in total are fulfilled and how the committed companies will contribute to ensuring satisfactory execution of the contract.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Working partnerships shall demonstrate how the qualification requirements are fulfilled, as well as enclose a declaration of joint and several liability between the companies for fulfilment of the tenderer's obligations in accordance with the contract.
Description : Who shall fulfil the requirement: Working Partnership How to document fulfilment of the requirement: Organisation chart or other written documentation with an overview of all participants in the community. The contracting authority ́s template for working partnerships shall be filled in and signed. Each participant in the group shall submit a separate ESPD form.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have experience from three comparable contracts.
Description : Comparable assignments means assignments in private inhabited properties outdoors and indoors as described in Chapter D. Who shall meet the requirement: - The tenderer - Companies that the tenderer will use through a commitment statement to fulfil the qualification requirement How to document fulfilment of the requirement: An overview of three reference projects that the tenderer has completed in the last five years. The contracting authority ́s template for reference projects shall be used. It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. The contracting authority reserves the right to contact the listed reference persons directly and/or other sources in order to verify the information provided.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a quality assurance system adapted to the assignment ́s complexity. ISO 9001 will meet the requirement.
Description : Who shall fulfil the requirement: Tenderers, or one participant in a working partnership must fulfil the requirement. Documentation requirement: If a tenderer is certified in accordance with ISO 9001, confirmation of the certification is sufficient. If a tenderer is not certified in accordance with ISO 9001, a description must be enclosed of the tenderer's quality assurance system.
Use of this criterion : Used

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 : 06/05/2025 10:00 +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

Mediation organisation : Klagenemnda for offentlige anskaffelse
Review organisation : Agder tingrett
Organisation providing more information on the review procedures : Nye Veier

8. Organisations

8.1 ORG-0001

Official name : Nye Veier
Registration number : 915 488 099
Postal address : Kjøita 6
Town : Kristiansand
Postcode : 4630
Country : Norway
Contact point : Marita Augland
Telephone : +47 47644923
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926 723 480
Postal address : Postboks 63
Town : Kristiansand
Postcode : 4661
Country : Norway
Telephone : +47 38176300
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Klagenemnda for offentlige anskaffelse
Registration number : 918 195 548
Postal address : Zander Kaaes gate 7
Town : Bergen
Postcode : 5015
Country : Norway
Telephone : +47 55193000
Internet address : http://www.kofa.no
Roles of this organisation :
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : d4ed9b4c-3749-4e68-b915-6a6cf7e99da7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/03/2025 14:45 +00:00
Notice dispatch date (eSender) : 11/03/2025 15:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00164465-2025
OJ S issue number : 51/2025
Publication date : 13/03/2025