Framework agreement for consultancy and engineering design services for the Joint Project Arna-Stanghelle (1)

The Norwegian Public Roads Administration Development Area West and Bane NOR Development South-West on the Joint Project Arna-Stanghelle (hereafter called the "Contracting Authority") intends to procure a framework agreement (hereafter called the "framework agreement") with a tenderer (hereafter called the "supplier") for the provision of consultancy and engineering design services …

CPV: 71320000 Engineering design services, 71000000 Architectural, construction, engineering and inspection services, 71240000 Architectural, engineering and planning services, 71242000 Project and design preparation, estimation of costs, 71245000 Approval plans, working drawings and specifications, 71246000 Determining and listing of quantities in construction, 71248000 Supervision of project and documentation, 71300000 Engineering services, 71310000 Consultative engineering and construction services, 71311000 Civil engineering consultancy services, 71311100 Civil engineering support services, 71311200 Transport systems consultancy services, 71311210 Highways consultancy services, 71311220 Highways engineering services, 71311230 Railway engineering services, 71311300 Infrastructure works consultancy services, 71312000 Structural engineering consultancy services, 71313000 Environmental engineering consultancy services, 71313100 Noise-control consultancy services, 71313400 Environmental impact assessment for construction, 71313410 Risk or hazard assessment for construction, 71313420 Environmental standards for construction, 71313430 Environmental indicators analysis for construction, 71313440 Environmental Impact Assessment (EIA) services for construction, 71313450 Environmental monitoring for construction, 71318000 Advisory and consultative engineering services, 71322000 Engineering design services for the construction of civil engineering works, 71322100 Quantity surveying services for civil engineering works, 71322200 Pipeline-design services, 71322500 Engineering-design services for traffic installations, 71323100 Electrical power systems design services, 71330000 Miscellaneous engineering services, 71332000 Geotechnical engineering services, 71351220 Geological consultancy services, 71351500 Ground investigation services, 71351910 Geology services, 71351913 Geological exploration services, 71420000 Landscape architectural services, 71500000 Construction-related services, 71530000 Construction consultancy services
Place of execution:
Framework agreement for consultancy and engineering design services for the Joint Project Arna-Stanghelle (1)
Awarding body:
Statens vegvesen
Award number:
23/57845

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
Activity of the contracting entity : Railway services

1.1 Buyer

Official name : Bane NOR SF
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : Framework agreement for consultancy and engineering design services for the Joint Project Arna-Stanghelle (1)
Description : The Norwegian Public Roads Administration Development Area West and Bane NOR Development South-West on the Joint Project Arna-Stanghelle (hereafter called the "Contracting Authority") intends to procure a framework agreement (hereafter called the "framework agreement") with a tenderer (hereafter called the "supplier") for the provision of consultancy and engineering design services for FAS, see further point A.3.1 below. Both the Norwegian Public Roads Administration and Bane NOR will act as contracting authorities in accordance with the framework agreement, and thereby be able to make call-offs on the framework agreement separately or together. The aim of the procurement is to enter into a framework agreement for consultancy and engineering design services for the engineering design services for a new road and railway between Arna and Stanghelle/Helle. The framework agreement shall cover engineering design, advice and follow-up in the construction period in connection with the execution of the project. The procurement is for a framework agreement with one (1) tenderer for the procurement of consultancy and engineering design services for FAS. The framework agreement includes the preparation of a design basis for the entire project. Furthermore there is the preparation of the tender documentation for all the main contracts, which currently comprise both total, execution and interaction contracts, as well as follow-up during the construction period. In addition the framework agreement includes complete engineering design services for all work included in each execution contract, such as preparation of the work documentation, construction plan and follow-up during the construction period. Furthermore, participation in the project ́s collaboration contract is included.
Procedure identifier : 15995528-da7d-4b1f-814e-20daa621b215
Previous notice : 2ccf11ea-dae8-41fa-9bf6-d78e98260d68-01
Internal identifier : 23/57845
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure : Type of procurement: Service procurements above the EEA threshold, cf. the supply regulations § 5-1 (2), cf. § 5-2 (1). Procurement procedure: Negotiated procedure after a prior notice, cf. utilities regulations § 9-1 (1).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71242000 Project and design preparation, estimation of costs
Additional classification ( cpv ): 71245000 Approval plans, working drawings and specifications
Additional classification ( cpv ): 71246000 Determining and listing of quantities in construction
Additional classification ( cpv ): 71248000 Supervision of project and documentation
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71311210 Highways consultancy services
Additional classification ( cpv ): 71311220 Highways engineering services
Additional classification ( cpv ): 71311230 Railway engineering services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71313400 Environmental impact assessment for construction
Additional classification ( cpv ): 71313410 Risk or hazard assessment for construction
Additional classification ( cpv ): 71313420 Environmental standards for construction
Additional classification ( cpv ): 71313430 Environmental indicators analysis for construction
Additional classification ( cpv ): 71313440 Environmental Impact Assessment (EIA) services for construction
Additional classification ( cpv ): 71313450 Environmental monitoring for construction
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322100 Quantity surveying services for civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71322500 Engineering-design services for traffic installations
Additional classification ( cpv ): 71323100 Electrical power systems design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 71332000 Geotechnical engineering services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71351500 Ground investigation services
Additional classification ( cpv ): 71351910 Geology services
Additional classification ( cpv ): 71351913 Geological exploration services
Additional classification ( cpv ): 71420000 Landscape architectural services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71530000 Construction consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information : Arna – Stanghelle.

2.1.4 General information

Call for competition is terminated
Additional information : Tender conference - 21 February 2025. The invitation is to be sent in the KGV. The procurement of a framework agreement for consultancy and engineering design services for FAS is considered to be covered by the exclusion provision. in the Utilities Regulations § 7-9 (5), where exceptions are made from the requirement to weight climate and environmental considerations with a minimum of thirty percent when "the procurement according to its nature has a climate footprint and an environmental impact that is immaterial". The nature of the procurement is consultancy services, specifically consultancy and engineering design services within building and construction (hereafter called "consultancy services"). The nature of the procurement involves the execution of quantitative and qualitative analyses (consultancy), development of systems (engineering design) etc. The consultancy service will be carried out as desk work and/or by observations/site inspections (on-site surveys). The work can include some, but typically limited travel activities. The main service is the consultant ́s work effort. In order to map the climate footprint and other forms of environmental impact from the nature of consultancy services, the contracting authority expects that a consultant ́s climate footprint and environmental impact will be equal to the load from an average permanent employee. It is, thus, the consultant ́s need for office space and office equipment, the energy consumption in the building that the relevant jobs are in, travel activities for work, and waste generation that contributes to the employee ́s climate footprint and environmental impact. The contracting authority estimates that none of the above elements fall within the nature of the procurement, which is a consultancy service. The elements connected to the nature of the procurement, i.e. the consultancy and engineering design services and the digital documents (text documents, models, drawings etc.) that shall be produced, result in immaterial climate footprint and an immaterial environmental impact. The contracting authority will, on the basis of the above, use the exclusion provisions in the supply regulations § 7-9 (5), as the procurement is of its nature has a climate footprint and an environmental impact that is immaterial. The justification for the exception provision applying to the procurement in relation to this is stated above. The contracting authority is, thus, exempted from the obligation to weight the climate and environment by 30%, cf. the supply regulations § 7-9 (2).
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for consultancy and engineering design services for the Joint Project Arna-Stanghelle (1)
Description : The Norwegian Public Roads Administration Development Area West and Bane NOR Development South-West on the Joint Project Arna-Stanghelle (hereafter called the "Contracting Authority") intends to procure a framework agreement (hereafter called the "framework agreement") with a tenderer (hereafter called the "supplier") for the provision of consultancy and engineering design services for FAS, see further point A.3.1 below. Both the Norwegian Public Roads Administration and Bane NOR will act as contracting authorities in accordance with the framework agreement, and thereby be able to make call-offs on the framework agreement separately or together. The aim of the procurement is to enter into a framework agreement for consultancy and engineering design services for the engineering design services for a new road and railway between Arna and Stanghelle/Helle. The framework agreement shall cover engineering design, advice and follow-up in the construction period in connection with the execution of the project. The procurement is for a framework agreement with one (1) tenderer for the procurement of consultancy and engineering design services for FAS. The framework agreement includes the preparation of a design basis for the entire project. Furthermore there is the preparation of the tender documentation for all the main contracts, which currently comprise both total, execution and interaction contracts, as well as follow-up during the construction period. In addition the framework agreement includes complete engineering design services for all work included in each execution contract, such as preparation of the work documentation, construction plan and follow-up during the construction period. Furthermore, participation in the project ́s collaboration contract is included.
Internal identifier : 23/57845

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71242000 Project and design preparation, estimation of costs
Additional classification ( cpv ): 71245000 Approval plans, working drawings and specifications
Additional classification ( cpv ): 71246000 Determining and listing of quantities in construction
Additional classification ( cpv ): 71248000 Supervision of project and documentation
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71311210 Highways consultancy services
Additional classification ( cpv ): 71311220 Highways engineering services
Additional classification ( cpv ): 71311230 Railway engineering services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71313400 Environmental impact assessment for construction
Additional classification ( cpv ): 71313410 Risk or hazard assessment for construction
Additional classification ( cpv ): 71313420 Environmental standards for construction
Additional classification ( cpv ): 71313430 Environmental indicators analysis for construction
Additional classification ( cpv ): 71313440 Environmental Impact Assessment (EIA) services for construction
Additional classification ( cpv ): 71313450 Environmental monitoring for construction
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322100 Quantity surveying services for civil engineering works
Additional classification ( cpv ): 71322200 Pipeline-design services
Additional classification ( cpv ): 71322500 Engineering-design services for traffic installations
Additional classification ( cpv ): 71323100 Electrical power systems design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 71332000 Geotechnical engineering services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71351500 Ground investigation services
Additional classification ( cpv ): 71351910 Geology services
Additional classification ( cpv ): 71351913 Geological exploration services
Additional classification ( cpv ): 71420000 Landscape architectural services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71530000 Construction consultancy services
Options :
Description of the options : The contracting authority has an option for the following: The framework agreement will have a duration of four years from when the contract is signed. The contracting authority has an option to extend the contract for a further 1+1+1+1 year. The maximum contract length is 8 years, cf. utilities regulations § 22-1 (4). This does not, however, prevent the actual delivery connected to call-offs before the framework agreement expires, after the duration of the framework agreement has expired. Options are further regulated in chapter C2, point C.2.1.2. Assessment of whether an option to extend the framework agreement shall be taken up will start well before the duration of the framework agreement expires. The triggering of the option for extension will be notified in writing to the tenderer at the latest three (3) months before the framework agreement expires. The contracting authority is free to trigger one or several of the options within the above stated deadlines. See the tender documentation chapter C2, point C.2.1.2.2: Description of options The contracting authority has an option for the following: The framework agreement will be valid for 4 years from when the contract is signed. The contracting authority has an option to extend the contract for a further 1+1+1+1 year. The maximum contract length is 8 years, cf. utilities regulations § 22-1 (4). This does not, however, prevent the actual delivery connected to call-offs before the framework agreement expires, after the duration of the framework agreement has expired. Options are further regulated in chapter C2, point C.2.1.2. An assessment of whether an option to extend the framework agreement shall be taken up well before the expiry of the framework agreement period. The triggering of the option for extension will be notified in writing to the tenderer at the latest three (3) months before the framework agreement expires. The contracting authority is free to trigger one or several of the options within the above stated deadlines. See the tender documentation chapter C2, point C.2.1.2.

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information : Arna – Stanghelle.

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 4
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will be valid for 4 years from when the contract is signed. The contracting authority has an option to extend the contract for a further 1+1+1+1 year. The maximum contract length is 8 years, cf. utilities regulations § 22-1 (4). This does not, however, prevent the actual delivery connected to call-offs before the framework agreement expires, after the duration of the framework agreement has expired. Options are further regulated in chapter C2, point C.2.1.2. Assessment of whether an option to extend the framework agreement shall be taken up will start well before the duration of the framework agreement expires. The triggering of the option for extension will be notified in writing to the tenderer at the latest three (3) months before the framework agreement expires. The contracting authority is free to trigger one or several of the options within the above stated deadlines. See the tender documentation chapter C2, point C.2.1.2.2: Description of extension (English) The framework agreement will be valid for 4 years from when the contract is signed. The contracting authority has an option to extend the contract for a further 1+1+1+1 year. The maximum contract length is 8 years, cf. utilities regulations § 22-1 (4). This does not, however, prevent the actual delivery connected to call-offs before the framework agreement expires, after the duration of the framework agreement has expired. Options are further regulated in chapter C2, point C.2.1.2. An assessment of whether an option to extend the framework agreement shall be taken up well before the expiry of the framework agreement period. The triggering of the option for extension will be notified in writing to the tenderer at the latest three (3) months before the framework agreement expires. The contracting authority is free to trigger one or several of the options within the above stated deadlines. See the tender documentation chapter C2, point C.2.1.2.

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Tender conference - 21 February 2025. The invitation is to be sent in the KGV. The procurement of a framework agreement for consultancy and engineering design services for FAS is considered to be covered by the exclusion provision. in the Utilities Regulations § 7-9 (5), where exceptions are made from the requirement to weight climate and environmental considerations with a minimum of thirty percent when "the procurement according to its nature has a climate footprint and an environmental impact that is immaterial". The nature of the procurement is consultancy services, specifically consultancy and engineering design services within building and construction (hereafter called "consultancy services"). The nature of the procurement involves the execution of quantitative and qualitative analyses (consultancy), development of systems (engineering design) etc. The consultancy service will be carried out as desk work and/or by observations/site inspections (on-site surveys). The work can include some, but typically limited travel activities. The main service is the consultant ́s work effort. In order to map the climate footprint and other forms of environmental impact from the nature of consultancy services, the contracting authority expects that a consultant ́s climate footprint and environmental impact will be equal to the load from an average permanent employee. It is, thus, the consultant ́s need for office space and office equipment, the energy consumption in the building that the relevant jobs are in, travel activities for work, and waste generation that contributes to the employee ́s climate footprint and environmental impact. The contracting authority estimates that none of the above elements fall within the nature of the procurement, which is a consultancy service. The elements connected to the nature of the procurement, i.e. the consultancy and engineering design services and the digital documents (text documents, models, drawings etc.) that shall be produced, result in immaterial climate footprint and an immaterial environmental impact. The contracting authority will, on the basis of the above, use the exclusion provisions in the supply regulations § 7-9 (5), as the procurement is of its nature has a climate footprint and an environmental impact that is immaterial. The justification for the exception provision applying to the procurement in relation to this is stated above. The contracting authority is, thus, exempted from the obligation to weight the climate and environment by 30%, cf. the supply regulations § 7-9 (2).

5.1.10 Award criteria

Criterion :
Type : Price
Name : Criterium K1: Tender sum
Description : Under this award criteria, the tenderer ́s tender sum will be assessed. The total offered price in the assessment, stated in chapter E2 Price Form point E2.2 "Tender Sum excluding VAT", will be assessed.
Criterion :
Type : Quality
Name : Criterium K2: Solution description
Description : Under this award criteria, the tenderer ́s description of the execution of assignments under the framework agreement, including interaction and coordination with the contracting authority, contractors, other engineering designers and other third parties (multi-disciplinary cooperation), as well as the identification and handling of challenges and risks will be assessed. The contracting authority will, on the basis of the stated documentation requirements, undertake a qualitative and comprehensive evaluation of the tenderer ́s solution description for the execution of assignments under the framework agreement.
Criterion :
Type : Quality
Name : Criterium K3: Organisation and offered key personnel (project team).
Description : Under this award criteria, the quality of the tenderer ́s organisation will be assessed. The contracting authority will undertake an overall assessment of the tenderer ́s offered organisation. The quality of the offered key personnel will be assessed under this award criteria. With a view to evaluating the service quality, the contracting authority will undertake an assessment of each offered key person's experience and competence connected to the intended role in the implementation of the framework agreement, as well as an overall assessment of the project team ́s composition (project team). Key personnel are in this context defined as: • Assignment manager • Call-offs responsible for each call-off • Managers of the following disciplines (specialist manager/discipline manager); • Construction, • Construction engineering, • Tunnel, • Road disciplines, • Track disciplines, • Geofag, • Electro and Tele for road and iron railway disciplines • Building information modelling (BIM coordinator), • Outer environment, • RAMS, • WATER and sewage disciplines, • Process descriptions The assignment manager ́s competence and experience will particularly emphasise the evaluation of the tenders under this award criteria.
Criterion :
Type : Quality
Name : Selection Criteria - the best qualified principle
Description : For this competition and based on received requests for participation in the competition, the Contracting Authority will select a minimum of three (3) and a maximum of six (6) tenderers who will be invited to submit a tender and participate in the negotiations, cf. the tender documentation chapter B3. The contracting authority can choose fewer tenderers than stated above if there are not a sufficient number of qualified tenderers, cf. the supply regulations § 12-7 (3). The selection among the qualified tenderers who are invited to submit tenders will be based on the contracting authority ́s evaluation of which tenderers are deemed to be the best qualified on the basis of the set requirements for the tenderer ́s technical and professional qualifications, cf. Chapter B2, point B2.2.4. The assessment will be based on submitted documentation for the fulfilment of set requirements for the tenderer ́s technical and professional qualifications, cf. chapter B2, point B.2.2.4.The contracting authority will give written notification of the selection of the tenderers who are invited to submit a tender. Written notification will also be given to the tenderers who will not be chosen to submit a tender together with a short justification, cf. the supply regulations § 12-7 (4).
Description of the method to be used if weighting cannot be expressed by criteria : Tenderers who have been invited to participate in the competition and have submitted an otherwise valid tender will have their tenders evaluated in accordance with the set award criteria below, cf. point B.3.6.2 flg. A contract will be awarded to the tenderer who has submitted the tender, which gives the best relationship between price and quality, cf. the supply regulations § 14-1 (1). The following award criteria will form the basis of the evaluation: K1: Tender sum, based on the given prices in the price form K2: Solution Description K3: Organisation and offered key personnel (project team) In the evaluation, the contracting authority will assess the tenders on the basis of the award criteria and calculate each of the tenders ́ tender sum. The tender with the lowest competition sum will be the tender, which gives the best relationship between price and quality and the tenderer with the lowest tender sum will therefore be awarded the contract. S = K1 – K2 – K3
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Organisation providing additional information about the procurement procedure : Bane NOR SF

6. Results

6.1 Result lot ldentifier : LOT-0000

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, not following a tenderer's request to review the award, because of technical or procedural errors

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
Group leader

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

8.1 ORG-0003

Official name : Bane NOR SF
Registration number : 917082308
Postal address : Schweigaards gate 33
Town : Oslo
Postcode : 0191
Country : Norway
Telephone : 47770098
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

11. Notice information

11.1 Notice information

Notice identifier/version : 169e9f76-85bc-4523-8bba-44dbb5e9b178 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 15/04/2025 10:20 +00:00
Notice dispatch date (eSender) : 15/04/2025 10:33 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00247803-2025
OJ S issue number : 75/2025
Publication date : 16/04/2025