E134 Oslofjord connection - Procurement of well follow-up and environmental surveys of waterways/recipients.

Investigations of the water environment shall be carried out by affected recipients in the project area, as well as examinations of drinking water wells and energy wells that could have been affected by construction work, in connection with the start of the construction project E134 Oslofjord connection. The surveys shall …

CPV: 90714500 Servicii de control al calităţii mediului, 71620000 Servicii de analiză, 90733700 Servicii de monitorizare sau control al poluării apelor subterane
Termen limită:
20 Mai 2025, 10:00
Tipul de termen limită:
Depunerea unei oferte
Locul de executare:
E134 Oslofjord connection - Procurement of well follow-up and environmental surveys of waterways/recipients.
Organismul de alocare:
Statens vegvesen
Numărul de atribuire:
25/85577

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : E134 Oslofjord connection - Procurement of well follow-up and environmental surveys of waterways/recipients.
Description : Investigations of the water environment shall be carried out by affected recipients in the project area, as well as examinations of drinking water wells and energy wells that could have been affected by construction work, in connection with the start of the construction project E134 Oslofjord connection. The surveys shall be carried out before the construction work starts and form the basis for assessments of any later influences from the construction project. Studies of the water environment include chemical and biological parameters in accordance with The water regulations and shall be carried out for one year before the start of the site. Well surveys include mapping drinking water wells and energy wells, measuring ground water levels and analysing water quality in relevant drinking water wells, as well as surveys/documentation of the energy wells ́ capacity. The project E134 Oslofjord connection bt2 includes the establishment of a new tunnel for the Vassum, Frogn and Oslofjord tunnels, as well as upgrading existing tunnels. In addition the day zone between Måna and Vassum shall be upgraded to a four lane road. Crossing systems shall also be established at Bråtan, Måna and Verpen. The stretch is approx. 14 km, of which 9.3 km is a tunnel and 4.7 km in open air. 4 km is in Asker municipality (previously Hurum municipality) and 10 km in Frogn municipality. Figure 1 illustrates the line flow for the E134 Oslofjord connection. The project shall be carried out as a turnkey contract and the expected contract signing with the turnkey contractor is early 2026. Construction works are expected to start in spring 2026.
Procedure identifier : a2bb00b3-2a3f-4a8b-b0b2-84eb2a49083e
Previous notice : 381981-2024
Previous notice : 384703-2025
Internal identifier : 25/85577
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90714500 Environmental quality control services
Additional classification ( cpv ): 71620000 Analysis services
Additional classification ( cpv ): 90733700 Groundwater pollution monitoring or control services

2.1.4 General information

Additional information : Document: Contract terms for service procurement 2.6.2 Justification for use of FOA. § 7-9 (4) The starting point in accordance with the Public Procurement Regulations. § 7-9 is that the contracting authority shall emphasise climate and environmental considerations with a minimum of 30%. The fourth section of the provision states that the award criteria can be replaced with climate and environmental requirements in the requirement specifications, if it is clear this gives a better effect. The Norwegian Public Roads Administration has chosen, in this procurement, to use the exclusionary provision, by requiring that transport/driving in the execution of the assignment shall be carried out with emission-free transport. Well surveys shall be carried out and tests shall be taken of the water environment. The samples will be analysed at the laboratory and the assignment involves desk work. This part of the procurement has, in isolation, seen an environmental impact that is immaterial. The Norwegian Public Roads Administration is, thus, referring to DFØ ́s guidelines for rules on climate and environmental considerations in public procurements, chapter 7.2. Consultancy and analysis services are mentioned here as procurements that are, in their nature, assessed to have climate footprint and environmental impact that are immaterial. The work will, however, also include travel activities to extract samples that shall be analysed. It is possible to set this as the award criterium, but the contracting authority considers that the climate/environmental impact is best addressed by setting requirements for transport in the assignment Contract provisions for service procurement Contract provisions for the Norwegian Public Roads Administration - the template last revised 22.05.2024 Page 5 of 18 shall be emission free. It is clear that the requirement gives the best effect, and that the terms for using the exception in the Public Procurement Regulations are considered. § 7-9 (4) is fulfilled.
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 : Rejection reasons, we would like to clarify that the Norwegian procurement rules go further than that stated in the EU's public procurement directive and in the standard form for ESPD. All the rejection reasons in this competition apply, cf. the procurement regulations § 24-2.
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 : E134 Oslofjord connection - Procurement of well follow-up and environmental surveys of waterways/recipients.
Description : Investigations of the water environment shall be carried out by affected recipients in the project area, as well as examinations of drinking water wells and energy wells that could have been affected by construction work, in connection with the start of the construction project E134 Oslofjord connection. The surveys shall be carried out before the construction work starts and form the basis for assessments of any later influences from the construction project. Studies of the water environment include chemical and biological parameters in accordance with The water regulations and shall be carried out for one year before the start of the site. Well surveys include mapping drinking water wells and energy wells, measuring ground water levels and analysing water quality in relevant drinking water wells, as well as surveys/documentation of the energy wells ́ capacity. The project E134 Oslofjord connection bt2 includes the establishment of a new tunnel for the Vassum, Frogn and Oslofjord tunnels, as well as upgrading existing tunnels. In addition the day zone between Måna and Vassum shall be upgraded to a four lane road. Crossing systems shall also be established at Bråtan, Måna and Verpen. The stretch is approx. 14 km, of which 9.3 km is a tunnel and 4.7 km in open air. 4 km is in Asker municipality (previously Hurum municipality) and 10 km in Frogn municipality. Figure 1 illustrates the line flow for the E134 Oslofjord connection. The project shall be carried out as a turnkey contract and the expected contract signing with the turnkey contractor is early 2026. Construction works are expected to start in spring 2026.
Internal identifier : 25/85577

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90714500 Environmental quality control services
Additional classification ( cpv ): 71620000 Analysis services
Additional classification ( cpv ): 90733700 Groundwater pollution monitoring or control services
Options :
Description of the options : The contracting authority has the option to extend the contract for a further 2+2 years. The maximum contract length is 5 years. See the requirement specifications point 2.3 for further information on the option.

5.1.2 Place of performance

Additional information : The project E134 Oslofjord connection bt2 includes the establishment of a new tunnel for the Vassum, Frogn and Oslofjord tunnels, as well as upgrading existing tunnels. In addition the day zone between Måna and Vassum shall be upgraded to a four lane road. Crossing systems shall also be established at Bråtan, Måna and Verpen. The stretch is approx. 14 km, of which 9.3 km is a tunnel and 4.7 km in open air. 4 km is in Asker municipality (previously Hurum municipality) and 10 km in Frogn municipality.

5.1.3 Estimated duration

Duration : 5 Year

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 : Document: Contract terms for service procurement 2.6.2 Justification for use of FOA. § 7-9 (4) The starting point in accordance with the Public Procurement Regulations. § 7-9 is that the contracting authority shall emphasise climate and environmental considerations with a minimum of 30%. The fourth section of the provision states that the award criteria can be replaced with climate and environmental requirements in the requirement specifications, if it is clear this gives a better effect. The Norwegian Public Roads Administration has chosen, in this procurement, to use the exclusionary provision, by requiring that transport/driving in the execution of the assignment shall be carried out with emission-free transport. Well surveys shall be carried out and tests shall be taken of the water environment. The samples will be analysed at the laboratory and the assignment involves desk work. This part of the procurement has, in isolation, seen an environmental impact that is immaterial. The Norwegian Public Roads Administration is, thus, referring to DFØ ́s guidelines for rules on climate and environmental considerations in public procurements, chapter 7.2. Consultancy and analysis services are mentioned here as procurements that are, in their nature, assessed to have climate footprint and environmental impact that are immaterial. The work will, however, also include travel activities to extract samples that shall be analysed. It is possible to set this as the award criterium, but the contracting authority considers that the climate/environmental impact is best addressed by setting requirements for transport in the assignment Contract provisions for service procurement Contract provisions for the Norwegian Public Roads Administration - the template last revised 22.05.2024 Page 5 of 18 shall be emission free. It is clear that the requirement gives the best effect, and that the terms for using the exception in the Public Procurement Regulations are considered. § 7-9 (4) is fulfilled.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Requirements of the tenderer's economic and financial capacity.
Description : Tenderers must have sufficient financial capacity to fulfil the contract. Creditworthiness will be sufficient to meet the requirement.
Use of this criterion : Used
Criterion :
Type : Other
Name : Support from other entities and participation in communities
Description : Tenderers can, if necessary, rely on other companies' capacity to fulfil the requirements for economic and financial capacity and/or the requirements(s) for technical and professional qualifications.
Use of this criterion : Used
Criterion :
Type : Other
Name : Support from other entities and participation in communities
Description : Several tenderers can participate in the competition jointly. The community must see to the necessary documentation that all the qualification requirements are met.
Use of this criterion : Used
Criterion :
Type : Other
Name : Support from other entities and participation in communities
Description : Tenderers who participate as a working partnership will be assessed collectively for the qualification requirements economic and financial capacity and technical and professional qualifications.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : European Self-Declaration Form (ESPD)
Description : Tenderers shall submit the European Self-Declaration Form (ESPD) together with the request to participate in the competition or together with the tender.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Compliance with the Sanctions Regulations of Ukraine
Description : According to the regulation on restrictive measures regarding actions that undermine or threaten Ukraine's territorial integrity, sovereignty, independence and stability (The Sanctions Regulations of Ukraine (territorial integrity etc.)) § 8n, it is forbidden to award, or continue the implementation of public contracts above the EEA threshold value of, and with, Russian actors. Tenderers shall not be a unit that is under the ban in the Sanctions Regulations of Ukraine (territorial integrity etc.) § 8n.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Tenderers shall have their tax, payroll tax and VAT payments in order.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tender letter
Description : Tenderers shall submit a tender letter, cf. the template for a tender letter that is attached to this tender documentation.
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 qualifications.
Description : Tenderers shall have relevant experience. The following central works/areas are particularly relevant: • Water environment surveys in major transport projects • Surveys of private drinking water/energy wells for transport projects/tunnel driving Documentation The tenderer shall confirm that he fulfils this requirement when submitting a tender. Tenderers shall, upon request from the contracting authority, present the following documentation: - An overview of a minimum of 3 (maximum 5) of the most important relevant work carried out in the last 3 years, including a short description of the assignment, the name of the public or private recipient, as well as information on the value/amount/scope and date. A tenderer who is newly established and cannot submit references, must be particularly careful to document and substantiate that they still have the prerequisites required to carry out the assignment. Newly established tenderers can document that the requirement is fulfilled by referring to experience that the offered persons/resources have built up in the service of others than the tenderer.
Use of this criterion : Used

5.1.10 Award criteria

Description of the method to be used if weighting cannot be expressed by criteria : The following weighting is used for this competition: Price: 70 % K1: The offered personnel ́s relevant formal competence and experience. 20% K2: Assignment comprehension. 10%
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 : 20/05/2025 10:00 +00:00
Information about public opening :
Opening date : 27/05/2025 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

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 : 926 725 939
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 : 4d916374-00f5-4ebd-bcf6-51e9aaf9c53f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/04/2025 08:27 +00:00
Notice dispatch date (eSender) : 15/04/2025 09:01 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00249037-2025
OJ S issue number : 75/2025
Publication date : 16/04/2025