Laboratory services within development/maintenance roads and installations.

Vestland County would like to enter into a contract for the procurement of laboratory remains on materials for road construction. The work consists of three disciplines and the contracting authority intends to enter into 1 to 3 framework agreements, depending on the result of the evaluation. The tender documentation will …

CPV: 71900000 Usługi laboratoryjne, 71600000 Usługi w zakresie testowania technicznego, analizy i konsultacji technicznej
Termin:
16 maja 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Laboratory services within development/maintenance roads and installations.
Miejsce udzielenia zamówienia:
Vestland fylkeskommune
Numer nagrody:
VLFK/24/246

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Laboratory services within development/maintenance roads and installations.
Description : Vestland County would like to enter into a contract for the procurement of laboratory remains on materials for road construction. The work consists of three disciplines and the contracting authority intends to enter into 1 to 3 framework agreements, depending on the result of the evaluation. The tender documentation will be divided into three (disciplines) - price for one or several of the parts: Discipline 1: Stone materials, discipline 2: Asphalt Discipline 3: Concrete
Procedure identifier : a79b3edb-5d6d-4767-bb2f-380884f3ea6c
Internal identifier : VLFK/24/246
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 : Services
Main classification ( cpv ): 71900000 Laboratory services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services

2.1.2 Place of performance

Anywhere
Additional information : Field work must be carried out on site defined in each call-off.

2.1.3 Value

Estimated value excluding VAT : 22 000 000 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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Laboratory services within development/maintenance roads and installations.
Description : Vestland County would like to enter into a contract for the procurement of laboratory remains on materials for road construction. The work consists of three disciplines and the contracting authority intends to enter into 1 to 3 framework agreements, depending on the result of the evaluation. The tender documentation will be divided into three (disciplines) - price for one or several of the parts: Discipline 1: Stone materials, discipline 2: Asphalt Discipline 3: Concrete
Internal identifier : VLFK/24/246

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71900000 Laboratory services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services

5.1.2 Place of performance

Anywhere
Additional information : Field work must be carried out on site defined in each call-off.

5.1.3 Estimated duration

Start date : 01/07/2025

5.1.5 Value

Estimated value excluding VAT : 22 000 000 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) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 3.5 The tenderer must say economic and financial position.
Description : Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers are required to be credit worthy and have financial solidity with a minimum credit score of A in accordance with the rating taken in CreditPro from the credit rating agency Bisnode AS or an equivalent approved credit information agency. Documentation: Credit evaluation/rating, not older than three months, and which is based on the last known accounting figures. Companies that cannot be credit appraisaled shall fulfil their credit rating or sufficient financial implementation ability/capacity. This is assessed from a total assessment based on the following parameters: profit ratio, liquid degree, solidity, debt ratio and turnover. If the tenderer cannot present the ovannemnde documentation, or wishes to document that this gives a misleading picture of his economic situation, he shall prove the economic and financial position, via other documents of relevance to the accounting staff/economy of the company. Tenderers must particularly reason the reluctant documentation that may not be delivered or give a misleading vehicle. Any guarantees and insurances given by a third party must cover the financial loss that can occur as follows from the manglaring contract fulfilment. Any guarantors must document that they themselves fulfil the qualification requirement connected to finances. Regardless, the contracting authority has the right to obtain financial information from other boilers, for example, obtain a credit rating at the tenderer's disposal. All collected and any submitted information will form the basis for an overall assessment of whether the qualification requirement is fulfilled.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate to each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 3.4 The tenderer must state the organisational and legal position.
Description : Qualification requirement: Tenderers shall be a legally established company. Documentation: • Norwegian companies: Company registration certificate from Brønnøysundregistra • Foreign companies: Proof that the company is registered in a trade or business register as a guide in the law in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 3.6 The tenderer ́s technical and professional qualifications (Røynsle)
Description : Qualification requirement: Tenderers shall have escapes from equivalent assignments in the last 3 years. Documentation: A description of the three most relevant assignments from the tenderer during the last three years per discipline that a tenderer lived for. The description must include information on the value of the assignment, date and reception (name, telephone number and e-mail address). It is sufficient that the reference assignments together fulfil the qualification requirement. References can be contacted if needed to ensure relevance of the assignment. However, it is the tenderer's responsibility to document relevance through the description. Tenderers shall benefit from the reference form in Annex 5.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 3.6 The tenderer ́s technical and professional qualifications (quality assurance)
Description : Qualification requirement: Tenderers must have relevant measures within quality assurance. Documentation requirement: A description of quality assurance measures. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certification, it is sufficient to enclose a copy of a valid certificate. (Sjå FOA § 16-6 (1) d)).
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 3.6 The tenderer ́s technical and professional qualifications (Environmental management system).
Description : Qualification requirement: Tenderers shall have a documented and implemented environmental leasing system that fulfils the requirements in NS-EN-ISO 14001, EMAS or equivalent. The requirement must be fulfilled by the Tenderer itself. The tenderer cannot rely on other works for fulfilment of the requirement. All participants in a working partnership must fulfil the requirement. Documentation requirement: Copy of a valid certificate for NS-EN ISO 14001 or EMASs journey out of an accredited third party (should not exceed 5 A-4 pages) which documents that the corresponding requirements are the goods register, with a general description of the inhabited in the system, under this overview of environmental plan and check-lists that are relevant. The explanation shall include a conformity matrix up to NS-EN ISO 14001 or
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 04/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=54850

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
Deadline for receipt of tenders : 16/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 61 Day
Information about public opening :
Opening date : 16/05/2025 10:01 +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 :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett

8. Organisations

8.1 ORG-0001

Official name : Vestland fylkeskommune
Registration number : 821311632
Department : Infrastruktur og veg
Postal address : Askedalen 2
Town : LEIKANGER
Postcode : 6863
Country : Norway
Contact point : Christian Sundelin
Telephone : +47 05557
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926 723 367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : e521695b-72b2-43b8-af84-eeea0c97bd4f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/04/2025 14:33 +00:00
Notice dispatch date (eSender) : 11/04/2025 14:45 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00243840-2025
OJ S issue number : 74/2025
Publication date : 15/04/2025