K4 Tromselv bridge and Brekkvasselv bridge with adjoining roads

The contract is for the construction of a road and bridge for the new E6. Construction of a bridge (Tromselv bridge) with adjoining road. A total of approx. 300 metres. Negative option (shall be priced) on another bridge (Brekkvasselv bridge), as well as an upriset positive option for road construction …

CPV: 45000000 Construction work
Place of execution:
K4 Tromselv bridge and Brekkvasselv bridge with adjoining roads
Awarding body:
Statens vegvesen
Award number:
24/293107

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : K4 Tromselv bridge and Brekkvasselv bridge with adjoining roads
Description : The contract is for the construction of a road and bridge for the new E6. Construction of a bridge (Tromselv bridge) with adjoining road. A total of approx. 300 metres. Negative option (shall be priced) on another bridge (Brekkvasselv bridge), as well as an upriset positive option for road construction adjoining Brekkvasselv bridge approx. 1 km.
Procedure identifier : 018d8715-f2d1-4a94-b861-bea173719834
Previous notice : 36841066-cd73-45d6-b2c1-ab605935d6ab-01
Internal identifier : 24/293107
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information : Trøndelag County.

2.1.4 General information

Additional information : - A tender conference will be held 13-01-2025, 09:30 at Lademoen project office, Strandveien 40, Trondheim, possibly digital participation is also possible. Participation is reported to: geir.skjold-johnsen@vegvesen.no with a statement of the participant's e-mail address by 10.01.2025 if digital participation is wanted. Registration for the tender conference can also be made via KGV. "The project ́s analysis shows that direct requirements for materials in the contract will give a predictable and better climate effect than a 30% weighting of climate in the award criteria. This is because specific requirements, which provide measurable emission reductions, are adapted to the project ́s size and type and thus have a greater positive environmental effect. In addition there is a separate award criteria where a further reduction of greenhouse gas emissions can achieve further competitive advantage. Based on this, the exception in the Public Procurement Regulations § 7-9 will be assessed as fulfilled.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : K4 Tromselv bridge and Brekkvasselv bridge with adjoining roads
Description : The contract is for the construction of a road and bridge for the new E6. Construction of a bridge (Tromselv bridge) with adjoining road. A total of approx. 300 metres. Negative option (shall be priced) on another bridge (Brekkvasselv bridge), as well as an upriset positive option for road construction adjoining Brekkvasselv bridge approx. 1 km.
Internal identifier : 24/293107

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information : Trøndelag County.

5.1.3 Estimated duration

Duration : 18 Month

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 conference will be held 13-01-2025, 09:30 at Lademoen project office, Strandveien 40, Trondheim, possibly digital participation is also possible. Participation is reported to: geir.skjold-johnsen@vegvesen.no with a statement of the participant's e-mail address by 10.01.2025 if digital participation is wanted. Registration for the tender conference can also be made via KGV. "The project ́s analysis shows that direct requirements for materials in the contract will give a predictable and better climate effect than a 30% weighting of climate in the award criteria. This is because specific requirements, which provide measurable emission reductions, are adapted to the project ́s size and type and thus have a greater positive environmental effect. In addition there is a separate award criteria where a further reduction of greenhouse gas emissions can achieve further competitive advantage. Based on this, the exception in the Public Procurement Regulations § 7-9 will be assessed as fulfilled.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Name : 9.1. Procedure for choosing a tender - calculation of the tender sum.
Description : A contract will be awarded to the tenderer with the tender that provides the best relationship between price and quality, cf. the Procurement Regulations § 18-1 letter c). The following award criteria will form the basis of the evaluation: K1: Tender Sum K2: Organisation and offered key personnel K3: Implementation of the assignment K4: Taking care of the outer environment and reduction of greenhouse gas emissions in the project The contracting authority will assess the tenders in the evaluation on the basis of the award criteria and calculate each of the tenders ́ competition sum. Tender with the lowest the competition sum will give the best relationship between price and quality, and the tenderer with the lowest tender sum will therefore be awarded the contract. In the calculation of the tender sum, the contracting authority will determine a concrete value of the tenderer ́s response to the award criteria K2 - K4 within the specified value limits. The achieved value of each criterion will be deducted from the tenderer ́s tender sum. Tenderers will only be paid for conditions that represent a concrete and binding excess value in relation to the contract. A tender that does not represents no excess value for the contracting authority, no deduction will be given. Other deductions will be determined based on these extremes. The tender sum S is calculated as follows: S = K1 – K2 – K3 – K4
Criterion :
Type : Cost
Name : 9.2. Criterium K1: Tender sum
Description : Award criterium: The tenderer ́s tender sum. Documentation requirement: The following documentation shall be submitted on the following form in chapter E2: 1. Description with completed prices, cf. form E2 point 1. 2. Price form: Hourly rates for crews and machines, cf. form E2 point 2. 3. Completed tender form, cf. form E2 point 3. The inspection calculated tender sum will be used as the tender sum (K1) in the calculation of the tender sum. Any deviations can be emphasised during the evaluation.
Criterion :
Type : Quality
Name : 9.3. Criterium K2: Organisation and offered key personnel.
Description : Award criterium: Quality of the tenderer's organisation of the project and the key personnel ́s competence. Documentation requirement: The following documentation shall be delivered and marked "K2": 1. A description of the tenderer's project organisation for the contract. including an organisation plan and key persons (including their presence at. Plant. 2. A description of how the planned organisation, staffing and capacity will ensure for effective management of the contract work, both for planned activities and unforeseen conditions so that the project ́s total risk is reduced. 3. CVs for key personnel for the project. The following are defined as key personnel for this project: -Manager -Site manager, ground works and roads. -Site manager constructions Minimum requirements for experience as stated in chapter C2 point 4 apply for key personnel. CVs shall as a minimum contain: -Education, year, job designation and areas of responsibility. -Description of previously executed assignments with a statement of the builder, size, value, type/nature and the employee ́s role. For key personnel, a reference list with minimum 3 relevant reference projects per key person. Contact information (email and telephone) shall be provided on the references. The builder reserves the right to check selected references. The builder is only obliged to check one reference for each key person from each Offers. The builder reserves the right to emphasise his own experience with the offered personnel. independent of the tenderer's provided references. The tenderer will be responsible for the stated reference persons answering any enquiry from the builder. If the stated references do not answer this enquiry, reminders are once made by email. If replies are not received within 3 days of purring being weighted, the reference in the evaluation. The Norwegian Public Roads Administration Development Project name: E6 Grong – Nordland gr. Contract: K4 Tromselv bridge and Brekkvasselv bridge with roads 06-12-2024 2. A description of how the planned organisation, staffing and capacity will ensure for effective management of the contract work, both for planned activities and unforeseen conditions so that the project ́s total risk is reduced. 3. CVs for key personnel for the project. The following are defined as key personnel for this project: -Manager -Site manager, ground works and roads. -Site manager constructions Minimum requirements for experience as stated in chapter C2 point 4 apply for key personnel. CVs shall as a minimum contain: -Education, year, job designation and areas of responsibility. -Description of previously executed assignments with a statement of the builder, size, value, type/nature and the employee ́s role. For key personnel, a reference list with minimum 3 relevant reference projects per key person. Contact information (email and telephone) shall be provided on the references. The builder reserves the right to check selected references. The builder is only obliged to check one reference for each key person from each Offers. The builder reserves the right to emphasise his own experience with offered personnel independent of the tenderer's stated references. The tenderer will be responsible for the stated reference persons answering any enquiry from the builder. If the stated references do not answer this enquiry, reminders are once made by email. If replies are not received within 3 days of purring being weighted, the reference in the evaluation. Deduction sum for weighting criteria K2 The response to K2 can give a deduction of up to NOK 4 million from the tenderer ́s tender sum. when calculating the tender's tender sum. Tenderers will only be paid for conditions that represents a concrete and binding excess value in relation to the contract. A Tenders that do not represent any excess value for the contracting authority will not be given a deduction. Other deductions will be determined based on these extremes.
Criterion :
Type : Quality
Name : 9.4. Criterium K3: Implementation of the assignment
Description : Award criterium: The tenderer ́s plan for implementation of the assignment including: 1. The tenderer ́s concrete measures that ensure that challenges in the project are safeguarded in a good way. 2. Quality of the progress plan and the tenderer ́s concrete measures to reduce the risk of oversite the contract sub-deadlines and the final deadline. 3. The tenderer ́s concrete measures for reducing risks concerning safety, health and the working environment (SHA). 4. Plan for follow-up of quality and documentation. Documentation requirement: The following documentation shall be delivered and marked "K3": An account of the execution of the assignment, including: 1. Description of concrete measures that ensure that challenges in the project are taken care of in a good way. Identified challenges are: • Traffic management and phase plans. • Blasting works on busy roads (E6) • Handling mass • Implementation of bridge building • Demolition/clearance of the old bridges Tenderers shall describe any further challenges and how these will be Handled. 2. Progress plan with a statement of the project ́s individual phases, main activities (with calendar dates for start and end), contract deadlines, time-critical dependencies, critical line and slack. The progress plan shall be prepared in the MS Project or equivalent and it shall be delivered both in original file format and as -pdf. Account of concrete measures to reduce the risk. that the contract deadlines are exceeded. The account shall be connected to the progress plan. 3. The tenderer ́s concrete measures for reducing risks concerning safety, health and the working environment (SHA). 4. A plan for quality assurance, including sending documentation during the execution phase. Deduction sum for weighting criteria K3 The response to K3 can give a deduction of up to NOK 8 million from the tenderer ́s tender sum when calculating the tender's tender sum. Tenderers will only be paid for conditions that represent a concrete and binding excess value in relation to the contract. A Tenders that do not represent any excess value for the contracting authority will not be given a deduction. Other deductions will be determined based on these extremes.
Criterion :
Type : Quality
Name : 9.5. Criterium K4: Taking care of the outer environment and reduction of greenhouse gas emissions in the project
Description : Award Criteria 1. The tenderer's safeguarding of the outer environment of the project, including: - mass handling plan - handling emissions to water, air and ground. - work at and near watercourses. - construction clothing and dust. 2. The contractor ́s commitment to reduce the project ́s emissions of climate gases beyond the contract ́s provisions and requirements. Documentation requirement The following documentation shall be delivered and marked "K4": 1. Identification of risk conditions on the outer environment and a description of measures and plans for reducing such risk. 2. Climate gas emissions • Overview of the contractor's commitment measures that further reduce the project ́s direct and indirect emissions of climate gases in the contract period. • An account of how measures shall be carried out and followed-up by the contractor. • Calculation and documentation of the measures ́ climate gas savings in tonnes of CO2e. • Simplified climate gas budgets in accordance with C2 chapter 33.4.3 / chapter 33.4.4 Budget shall show the project ́s total greenhouse gas emissions for the contractor ́s chosen solution, including reducing measures. Deduction sum for weighting criteria K4 The response to K4 can give a deduction of up to NOK 8 million from the tenderer ́s tender sum when calculating the tender's tender sum. Tenderers will only be paid for conditions that represent a concrete and binding excess value in relation to the contract. A tender that does not represent any excess value for the builder will not be given a deduction. Other deductions will be determined based on these extremes.
Description of the method to be used if weighting cannot be expressed by criteria : A contract will be awarded to the tenderer with the tender that provides the best relationship between price and quality, cf. the Procurement Regulations § 18-1 letter c). The following award criteria will form the basis of the evaluation: K1: Tender Sum K2: Organisation and offered key personnel K3: Implementation of the assignment K4: Taking care of the outer environment and reduction of greenhouse gas emissions in the project The tender sum S is calculated as follows: S = K1 – K2 – K3 – K4

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
Information about review deadlines : Waiting period According to the Public Procurement Regulations § 25-2, a waiting period has been determined that expires 07.07.2025. If other tenderers would like to appeal the decision, they must present a justified complaint to the Norwegian Public Roads Administration within the above deadline.

6. Results

Value of all contracts awarded in this notice : 66 554 207,06 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Letnes Entreprenør AS
Tender :
Tender identifier : K4 Tromselvbrua og Brekkvasselvbrua med tilstøtende veger - Letnes Entreprenør AS
Identifier of lot or group of lots : LOT-0000
Value of the tender : 87 286 508,83 Norwegian krone
Subcontracting : No
Contract information :
Identifier of the contract : K4 Tromselvbrua og Brekkvasselvbrua med tilstøtende veger - Letnes Entreprenør AS
Date of the conclusion of the contract : 08/07/2025

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 4
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3
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 subdivision (NUTS) : Østfold ( NO083 )
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 : 926725939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Letnes Entreprenør AS
Size of the economic operator : Medium
Registration number : 919605960
Postal address : Utøyvegen 760
Town : Inderøy
Postcode : 7670
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : +47 74154250
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

Notice information

Notice identifier/version : 5fcc54aa-f132-4134-83d2-880c2b30b407 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 08/07/2025 10:36 +00:00
Notice dispatch date (eSender) : 08/07/2025 11:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00447617-2025
OJ S issue number : 129/2025
Publication date : 09/07/2025