Framework agreement: Consultancy services for bridge inspections and other load bearing constructions.

The Norwegian Public Roads Administration, Inspection and Certification (henceforth referred to as the Contracting Authority) wishes to enter into a framework agreement for consultancy services for independent engineering design inspections of bridges and other supporting structures in accordance with the roadnormal N400 chapter 2. The framework agreement shall also provide …

CPV: 71000000 Servicios de arquitectura, construcción, ingeniería e inspección, 71310000 Servicios de consultoría en ingeniería y construcción, 71300000 Servicios de ingeniería, 71320000 Servicios de diseño técnico, 71322300 Servicios de diseño de puentes, 71327000 Servicios de diseño de la estructura, 71328000 Servicios de verificación de la estructura, 71330000 Servicios diversos de ingeniería
Plazo:
16 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement: Consultancy services for bridge inspections and other load bearing constructions.
Organismo adjudicador:
Statens vegvesen
Número de premio:
24/59511

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement: Consultancy services for bridge inspections and other load bearing constructions.
Description : The Norwegian Public Roads Administration, Inspection and Certification (henceforth referred to as the Contracting Authority) wishes to enter into a framework agreement for consultancy services for independent engineering design inspections of bridges and other supporting structures in accordance with the roadnormal N400 chapter 2. The framework agreement shall also provide the Contracting Authority with the necessary assistance with developing and determining national guidelines/rules for planning, engineering design, construction, management, operation and maintenance of bridges and other supporting structures with road protection equipment and the side area of the road. Furthermore, the procurement shall provide assistance in determining user classes and treating departing from regulations and road norm templates for bridges and other supporting structures. The framework agreement is divided into three sub-contracts: • Lot A: Inspection of concrete bridges, culverts, tunnel portals, retaining walls, uncompacted material tunnels, ferry quays, road lids and other concrete structures. • Sub-contract B: Inspection of steel and work bridges and ferry quays, with the accompanying structural elements (abutments, substructures etc.) in concrete. • Sub-contract C: Inspection of wooden bridges with the accompanying structural elements, (land abutments, substructures etc.) made of concrete and/or steel, which will be sent to the Norwegian Road Directorate for approval. Tenderers can submit tenders for one or more sub-contract(s). Each individual sub-contract will be evaluated separately, based on the award criteria stated in the requirements/criteria in the tender management tool KGV. The contracting authority will enter into a contract with up to 8 tenderers for sub-contract A, up to 4 tenderers for sub-contract B and up to 2 tenderers for sub-contract C.
Procedure identifier : 729b3668-6707-4976-a9ec-c7289ac374c7
Internal identifier : 24/59511
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 ): 71300000 Engineering services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71322300 Bridge-design services
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71328000 Verification of load-bearing structure design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 230 000 000 Norwegian krone
Maximum value of the framework agreement : 230 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

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 : 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-0001

Title : Sub-contract A: Inspection of concrete bridges etc.
Description : The Norwegian Public Roads Administration, Inspection and Certification (henceforth referred to as the Contracting Authority) wishes to enter into a framework agreement for consultancy services for independent engineering design inspections of bridges and other supporting structures in accordance with the roadnormal N400 chapter 2. The framework agreement shall also provide the Contracting Authority with the necessary assistance with developing and determining national guidelines/rules for planning, engineering design, construction, management, operation and maintenance of bridges and other supporting structures with road protection equipment and the side area of the road. Furthermore, the procurement shall provide assistance in determining user classes and treating departing from regulations and road norm templates for bridges and other supporting structures. The framework agreement is divided into three sub-contracts: • Lot A: Inspection of concrete bridges, culverts, tunnel portals, retaining walls, uncompacted material tunnels, ferry quays, road lids and other concrete structures. • Sub-contract B: Inspection of steel and work bridges and ferry quays, with the accompanying structural elements (abutments, substructures etc.) in concrete. • Sub-contract C: Inspection of wooden bridges with the accompanying structural elements, (land abutments, substructures etc.) made of concrete and/or steel, which will be sent to the Norwegian Road Directorate for approval. Tenderers can submit tenders for one or more sub-contract(s). Each individual sub-contract will be evaluated separately, based on the award criteria stated in the requirements/criteria in the tender management tool KGV. The contracting authority will enter into a contract with up to 8 tenderers for sub-contract A, up to 4 tenderers for sub-contract B and up to 2 tenderers for sub-contract C.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71322300 Bridge-design services
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71328000 Verification of load-bearing structure design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/03/2025
Duration end date : 28/02/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contracting authority has the option to extend the contract for 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 130 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)
Additional information : In the attached contract terms point 2.11, there are requirements that ensure that employees at the tenderer and any sub-suppliers who carry out work on the contract do not have lower wages and working conditions than that stated in the current regulations on general collective agreements or national collective agreements for the relevant industries. The Norwegian Public Roads Administration will also check that the provisions are complied with and impose sanctions on suppliers in case of compliance with the provisions.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Requirements of the tenderer's economic and financial capacity.
Description : Qualification requirement: Tenderers must have sufficient financial capacity to fulfil the contract. Creditworthiness will be sufficient to meet the requirement. Documentation requirement: The contracting authority will obtain a credit rating from Experian. If there is doubt, the Contracting Authority can obtain further information from the tenderer.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have relevant experience.
Description : Qualification requirement: Tenderers shall have relevant experience. The following central works/areas are particularly relevant: • Engineering design services for slack and span reinforced concrete bridges, ferry quays, culverts, uncompacted material tunnels, tunnel portals, retaining walls, road lids and other concrete structures in accordance with Vegnormal N400 Bridge Engineering Design. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall present the following documentation proof if requested by the contracting authority: - An overview of at least 3 (maximum 5) of the most important, relevant work carried out in the last 5 years, including a short description of the assignment, the name of the public or private recipient, as well as information on value/amount/scope and date, cf. annex 3A. 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

Criterion :
Type : Price
Name : Price
Description : Tenderers shall enclose a completed price form, cf. annex 1A. The average hourly rate for all the offered persons is subject to evaluation of the award criteria 'Price'.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : The offered resources ́ relevant formal competence and experience
Description : The contracting authority will evaluate the offered personnel ́s relevant formal competence and experience. Documentation requirement: Tenderers shall enclose CVs for offered personnel, cf. annex 2A.
Weight (percentage, exact) : 70
Description of the method to be used if weighting cannot be expressed by criteria :
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
Variants : Not allowed
Deadline for receipt of tenders : 16/10/2024 10:00 +00:00
Information about public opening :
Opening date : 16/10/2024 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 :
Framework agreement, partly without reopening and partly with 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 : Oslo tingrett

5.1 Lot technical ID : LOT-0002

Title : Sub-contract B: Inspection of steel and work bridges etc.
Description : The Norwegian Public Roads Administration, Inspection and Certification (henceforth referred to as the Contracting Authority) wishes to enter into a framework agreement for consultancy services for independent engineering design inspections of bridges and other supporting structures in accordance with the roadnormal N400 chapter 2. The framework agreement shall also provide the Contracting Authority with the necessary assistance with developing and determining national guidelines/rules for planning, engineering design, construction, management, operation and maintenance of bridges and other supporting structures with road protection equipment and the side area of the road. Furthermore, the procurement shall provide assistance in determining user classes and treating departing from regulations and road norm templates for bridges and other supporting structures. The framework agreement is divided into three sub-contracts: • Lot A: Inspection of concrete bridges, culverts, tunnel portals, retaining walls, uncompacted material tunnels, ferry quays, road lids and other concrete structures. • Sub-contract B: Inspection of steel and work bridges and ferry quays, with the accompanying structural elements (abutments, substructures etc.) in concrete. • Sub-contract C: Inspection of wooden bridges with the accompanying structural elements, (land abutments, substructures etc.) made of concrete and/or steel, which will be sent to the Norwegian Road Directorate for approval. Tenderers can submit tenders for one or more sub-contract(s). Each individual sub-contract will be evaluated separately, based on the award criteria stated in the requirements/criteria in the tender management tool KGV. The contracting authority will enter into a contract with up to 8 tenderers for sub-contract A, up to 4 tenderers for sub-contract B and up to 2 tenderers for sub-contract C.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71322300 Bridge-design services
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71328000 Verification of load-bearing structure design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/03/2025
Duration end date : 28/02/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contracting authority has the right to extend the contract for 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 68 000 000 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
Additional information : In the attached contract terms point 2.11, there are requirements that ensure that employees at the tenderer and any sub-suppliers who carry out work on the contract do not have lower wages and working conditions than that stated in the current regulations on general collective agreements or national collective agreements for the relevant industries. The Norwegian Public Roads Administration will also check that the provisions are complied with and impose sanctions on suppliers in case of compliance with the provisions.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Requirements of the tenderer's economic and financial capacity.
Description : Qualification requirement: Tenderers must have sufficient financial capacity to fulfil the contract. Creditworthiness will be sufficient to meet the requirement. Documentation requirement: The contracting authority will obtain a credit rating from Experian. If there is doubt, the Contracting Authority can obtain further information from the tenderer.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have relevant experience.
Description : Qualification requirement: Tenderers shall have relevant experience. The following central works/areas are particularly relevant: • Engineering design of steel bridges, work bridges, ferry quay bridges with associated structural elements in accordance with Vegnormal N400 Bridge engineering design. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall present the following documentation proof if requested by the contracting authority: - An overview of a minimum of 3 (maximum 5) of the most important, relevant work carried out in the last 10 years, including a short description of the assignment, the name of the public or private recipient, as well as information on the value/amount/extent and date, cf. annex 3B. 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

Criterion :
Type : Price
Name : Price
Description : Tenderers shall enclose a completed price form, cf. annex 1B. The average hourly rate for all the offered persons is subject to evaluation of the award criteria 'Price'.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : The offered resources ́ relevant formal competence and experience
Description : The contracting authority will evaluate the offered personnel ́s relevant formal competence and experience. Documentation requirement: Tenderers shall enclose CVs for the offered personnel, cf. annex 2B.
Weight (percentage, exact) : 70
Description of the method to be used if weighting cannot be expressed by criteria :
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 : 16/10/2024 10:00 +00:00
Information about public opening :
Opening date : 16/10/2024 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 :
Framework agreement, partly without reopening and partly with 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 : Oslo tingrett

5.1 Lot technical ID : LOT-0003

Title : Sub-contract C: Inspection of wooden bridges etc.
Description : The Norwegian Public Roads Administration, Inspection and Certification (henceforth referred to as the Contracting Authority) wishes to enter into a framework agreement for consultancy services for independent engineering design inspections of bridges and other supporting structures in accordance with the roadnormal N400 chapter 2. The framework agreement shall also provide the Contracting Authority with the necessary assistance with developing and determining national guidelines/rules for planning, engineering design, construction, management, operation and maintenance of bridges and other supporting structures with road protection equipment and the side area of the road. Furthermore, the procurement shall provide assistance in determining user classes and treating departing from regulations and road norm templates for bridges and other supporting structures. The framework agreement is divided into three sub-contracts: • Lot A: Inspection of concrete bridges, culverts, tunnel portals, retaining walls, uncompacted material tunnels, ferry quays, road lids and other concrete structures. • Sub-contract B: Inspection of steel and work bridges and ferry quays, with the accompanying structural elements (abutments, substructures etc.) in concrete. • Sub-contract C: Inspection of wooden bridges with the accompanying structural elements, (land abutments, substructures etc.) made of concrete and/or steel, which will be sent to the Norwegian Road Directorate for approval. Tenderers can submit tenders for one or more sub-contract(s). Each individual sub-contract will be evaluated separately, based on the award criteria stated in the requirements/criteria in the tender management tool KGV. The contracting authority will enter into a contract with up to 8 tenderers for sub-contract A, up to 4 tenderers for sub-contract B and up to 2 tenderers for sub-contract C.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71322300 Bridge-design services
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71328000 Verification of load-bearing structure design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/03/2025
Duration end date : 28/02/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contracting authority has the right to extend the contract for 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 2 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)
Additional information : In the attached contract terms point 2.11, there are requirements that ensure that employees at the tenderer and any sub-suppliers who carry out work on the contract do not have lower wages and working conditions than that stated in the current regulations on general collective agreements or national collective agreements for the relevant industries. The Norwegian Public Roads Administration will also check that the provisions are complied with and impose sanctions on suppliers in case of compliance with the provisions.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Requirements of the tenderer's economic and financial capacity.
Description : Qualification requirement: Tenderers must have sufficient financial capacity to fulfil the contract. Creditworthiness will be sufficient to meet the requirement. Documentation requirement: The contracting authority will obtain a credit rating from Experian. If there is doubt, the Contracting Authority can obtain further information from the tenderer.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have relevant experience.
Description : Qualification requirement: Tenderers shall have relevant experience. The following central works/areas are particularly relevant: • Engineering design of wooden bridges with the accompanying construction elements in accordance with Vegnormal N400 Bridge engineering design. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall present the following documentation proof if requested by the contracting authority: - An overview of at least 3 (maximum 5) of the most important, relevant work performed during the last ten years, including a short description of the assignment, the name of the public or private recipient, as well as information on 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

Criterion :
Type : Price
Name : Price
Description : Tenderers shall enclose a completed price form, cf. annex 1C. The average hourly rate for all the offered persons is subject to evaluation of the award criteria 'Price'.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : The offered resources ́ relevant formal competence and experience
Description : The contracting authority will evaluate the offered personnel ́s relevant formal competence and experience. Documentation requirement: Tenderers shall enclose CVs for the offered personnel, cf. annex 2C.
Weight (percentage, exact) : 70
Description of the method to be used if weighting cannot be expressed by criteria :
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 : 16/10/2024 10:00 +00:00
Information about public opening :
Opening date : 16/10/2024 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 :
Framework agreement, partly without reopening and partly with 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 : 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 : Ingeborg Haugli
Telephone : +47 40236055
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 20129de2-e5df-4a6d-b4e6-b024b547c2eb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/09/2024 18:44 +00:00
Notice dispatch date (eSender) : 09/09/2024 08:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00543901-2024
OJ S issue number : 176/2024
Publication date : 10/09/2024