Bridge maintenance national road Mid 2025-2026

The contract is for Mid-Norway, in trøndelag and Møre og Romsdal counties. The amounts in chapter D are the amounts calculated from the contract period. The contract is valid for 2025 and 2026 and it will apply for the Mid-Norway. The contract includes work on bridges, landslide shelters and other …

CPV: 45000000 Construção, 45221119 Obras de renovação de pontes
Local de execução:
Bridge maintenance national road Mid 2025-2026
Local de premiação:
Statens vegvesen
Número do prémio:
24/212881

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 : Bridge maintenance national road Mid 2025-2026
Description : The contract is for Mid-Norway, in trøndelag and Møre og Romsdal counties. The amounts in chapter D are the amounts calculated from the contract period. The contract is valid for 2025 and 2026 and it will apply for the Mid-Norway. The contract includes work on bridges, landslide shelters and other load bearing constructions (lids, tunnel portal etc.). Measures on railings and roads (lowering of road lines etc.) adjoining constructions are also included. In addition to the designed and planned maintenance measures, unforeseen measures must be expected, which are related to acute maintenance and improvement need for bridges at EV/RV in Mid-Norway. This can, for example, be improvements to joints or railing work, but also other bridge maintenance work.
Procedure identifier : c0ff6843-533a-43e2-86dc-45e6cbe9f747
Previous notice : c8b573ee-5194-4fe7-9c97-7635ebff50d6-01
Internal identifier : 24/212881
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45221119 Bridge renewal construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information : The contract is for Mid-Norway, in Trøndelag and Møre og Romsdal counties.

2.1.3 Value

Estimated value excluding VAT : 78 000 000 Norwegian krone

2.1.4 General information

Call for competition is terminated
Additional information : A tender conferencing will be held 2025-01-09 meet at Teams(13:00)
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Bridge maintenance national road Mid 2025-2026
Description : The contract is for Mid-Norway, in trøndelag and Møre og Romsdal counties. The amounts in chapter D are the amounts calculated from the contract period. The contract is valid for 2025 and 2026 and it will apply for the Mid-Norway. The contract includes work on bridges, landslide shelters and other load bearing constructions (lids, tunnel portal etc.). Measures on railings and roads (lowering of road lines etc.) adjoining constructions are also included. In addition to the designed and planned maintenance measures, unforeseen measures must be expected, which are related to acute maintenance and improvement need for bridges at EV/RV in Mid-Norway. This can, for example, be improvements to joints or railing work, but also other bridge maintenance work.
Internal identifier : 24/212881

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45221119 Bridge renewal construction work
Options :
Description of the options : The contract includes a one year option for a contract extension after 2026.

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information : The contract is for Mid-Norway, in Trøndelag and Møre og Romsdal counties.

5.1.3 Estimated duration

Duration : 3 Year

5.1.5 Value

Estimated value excluding VAT : 78 000 000 Norwegian krone

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 : A tender conferencing will be held 2025-01-09 meet at Teams(13:00)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest price
Description :
Weight (percentage, exact) : 100
Criterion :
Type : Quality
Name : Justification for the use of climate and environmental requirements in the requirement specifications.
Description : General amounts (Bridge maintenance on non-defined bridges/rush assignments) According to PPR § 7-9 (4) the award criterion in accordance with PPR § 7-9 (2) and (3) can be replaced with climate and environmental requirements if it is clear that this provides a better climate and environmental effect. The climate and environmental impact of this procurement is mainly related to • Machines • Transport of personnel and equipment • Waste management • Concrete By setting minimum requirements in the contract, we are largely ensured a climate and environmental effect and we therefore consider the climate and environmental gains in this procurement better safeguarded through such a requirement position rather than the use of climate and environment as the award criteria. In accordance with point 30.2, the contractor shall take the environment into consideration during the work, so that neighbours and affected parties will not be unnecessarily covered by dust, noise, vibrations, emissions and waste etc. In cooperation with the builder, the contractor shall contribute to ongoing information to the involved parties. Methods, machinery, equipment and materials that minimise emissions of climate gases and other negative influences on the outer environment shall be sought. The contractor shall ensure that the surroundings and adjoining road networks are not inflicted disadvantages in the form of dust and waste as a result of the contractual works. By making clear requirements and at the same time following up on these, we saw climate gains greater in this contract than using climate requirements as the award criteria. The contracting authority has therefore identified the most important climate drivers in this project that are: the use of machines, transport of personnel and equipment, waste handling and concrete. These have been evaluated and presented below. Machines Due to geological dispersion between site sites and little access to charging stations, the requirement for only electric machines on the contract will complicate the execution and grow the project without it giving any gains for climate or the environment. On some bridges in the contract, where there is a shorter distance to charging points, we have considered setting requirements for 100% use of electric machines, but as the environmental gains of this will nevertheless be insignificant, we have walked away from this. At the same time there are strict requirements for emissions from used machines and vehicles that will give a gain for climate and the environment. All diesel driven vehicles and machines used in the contract shall, at a minimum, have EURO 6 and STEP 4 approval in accordance with C4 point 6.3 Transport of personnel and equipment that the Norwegian Public Roads Administration requires in each of the years in the contract, at least 90% of all vehicles with light vehicles shall be emission free, i.e. motor vehicles that have progress based on all electric or hydrogen. Light vehicles means in this provision: Passenger vehicle (M1/M1G), light goods van (N1/N1G). This means that the contractors can in reality only compete for 10% of the vehicles, which makes up so little that it will not affect the outcome of the competition. The rest of the requirement is taken care of in chapter C2 Special Contract provisions, points 30.2 and point 34. The requirement is, therefore, already so strict that the award criteria connected to this point will not affect the outcome of the competition and that by setting award criteria it will risk that systems with greater climate and environmental impact are used. The requirement is now to comply with what is possible for the market to deliver and by setting requirements, the contract is ensured a climate and environmental gains waste management Waste management makes up a very small part of the contract and the tender sum. In reality, calculation of mark-up related to waste management will not affect the outcome of the competition. As a result the environmental footprint will be best minimised by having contractor requirements in the contract. There are mainly strict requirements for external environments and emissions when performing bridge maintenance through regulations, that it would not be appropriate to do so as a part of the award criteria. By setting minimum requirements in the contract, we have largely ensured as few climate and environmental impacts as a minimum, and we therefore consider the climate and environmental gains in this procurement to be better safeguarded through such a requirement position rather than the use of climate and environment as the award criteria. The point is taken care of in chapter C2 Special Contract provisions, point 30.4 Recycling and recycling and point 30.5 Waste Management. Tenderers shall, in their quality plan, account for procedures that cover follow-up of the contract ́s requirements and follow-up of the current regulations for their activities. The contractor shall avoid as well as minimise the consequence of the discharge Concrete concrete that is used shall as a minimum be Low carbon concrete class B or higher where special quality requirements do not prevent this. Conclusion We find based on the above mentioned justification that it is clear that it will be the better climate and environmental effect by setting climate and environmental requirements in the requirement specification than using climate and environment as an award criterion that is weighted by 30%.
Weight (percentage, exact) : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Organisation signing the contract : Statens vegvesen

6. Results

Value of all contracts awarded in this notice : 48 577 813 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : BMO Entreprenør AS
Tender :
Tender identifier : Bruvedlikehold RV Midt 2025-2026 - BMO Entreprenør AS
Identifier of lot or group of lots : LOT-0000
Value of the result : 51 846 813 Norwegian krone
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : Bruvedlikehold RV Midt 2025-2026 - BMO Entreprenør AS
Date on which the winner was chosen : 24/02/2025
Date of the conclusion of the contract : 12/03/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Statens vegvesen

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

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 : Tone Gunn Myhre
Telephone : +90 203259
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer
Organisation signing the contract

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 : BMO Entreprenør AS
Registration number : NO976098412MVA
Postal address : Skrubbmoen 6
Town : Skollenborg
Postcode : 3619
Country : Norway
Telephone : +47 32770930
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : 9d178efd-256e-44f8-b7bd-10a1f4488d0f - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 20/03/2025 13:52 +00:00
Notice dispatch date (eSender) : 20/03/2025 14:05 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00188879-2025
OJ S issue number : 58/2025
Publication date : 24/03/2025