Main inspection of bridge and ferry quay In Nordland County.

The purpose of the main inspections is to check the conditions of arms and ferry quays in order to check that these fulfil their function. The main inspection shall form the basis for supplementing or adjusting inspection plans and maintenance plans and setting up such plans if these do not …

CPV: 71312000 Servicios de consultoría en ingeniería de estructuras, 71631420 Servicios de inspección relacionados con la seguridad marítima, 71631450 Servicios de inspección de puentes
Plazo:
23 de junio de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Main inspection of bridge and ferry quay In Nordland County.
Organismo adjudicador:
Nordland fylkeskommune
Número de premio:
2025/11747

1. Buyer

1.1 Buyer

Official name : Nordland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Main inspection of bridge and ferry quay In Nordland County.
Description : The purpose of the main inspections is to check the conditions of arms and ferry quays in order to check that these fulfil their function. The main inspection shall form the basis for supplementing or adjusting inspection plans and maintenance plans and setting up such plans if these do not exist. The main inspections of bridges and ferry quays are to be carried out in accordance with handbook N-V441:2023 Bridge inspections.
Procedure identifier : 0c8747fc-e8bd-4ceb-ada8-e977dd5dbb4a
Internal identifier : 2025/11747
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : 476 bridges are currently registered in Nordland, which shall have their main inspection in 2025 up to and including 2029. This applies to all bridge types, including bridges in filling, foot and cycle path bridges and suspension and sloping bridges. There is some variation in the number of bridges that shall have the main inspection every year in the period. Of these, there are 38 bridges that shall also have main inspections below water, of which 2 are for suspension and sloping footbridges and are otherwise divided between foot and cycle path bridges and road bridges. A main inspection shall be carried out both above and below water at 74 ferry quays distributed over 3 years. Distribution per year will vary for all the structures, based on when the different bridges last had the main inspection. There shall always be at least two persons present at work when carrying out the inspections. There shall be at least minimum staffing when diving, in accordance with the current regulations. D1 description of the assignment is based on the current number of registered bridges and ferry quays that shall be checked in the period. For some selected bridges sample taking and mapping etc. must be counted as stated in the description in chapter D1. Test results and/or mapping will be submitted as a separate report. For all damages that are registered, a description shall be given of the extent, degree of damage and damage consequences. Documentation of all damages shall be presented. This information, including the picture documentation, shall be added to the bridge water programme. When the contract is signed, the bridge water programme will be Brutus.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71631450 Bridge-inspection services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71631420 Maritime safety inspection services

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 24 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Main inspections assess the condition of bridges and ferry quays to ensure they function as intended. They provide the basis for updating or establishing inspection and maintenance plans. All inspections must follow Handbook N-V441:2023 Bridge Inspections.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
Breaching of obligations in the fields of environmental law : Is the supplier known to have committed breaches of environmental regulations as set out in national law, the relevant notice or procurement documents, or Article 18(2) of Directive 2014/24/EU
Breaching of obligations in the fields of labour law : Is the supplier known to have committed breaches of labour law provisions as set out in national legislation, the relevant contract notice or procurement documents, or Article 18(2) of Directive 2014/24/EU?
Breaching of obligations in the fields of social law : Is the supplier known to have committed breaches of provisions concerning social matters as set out in national law, the relevant contract notice or procurement documents, or Article 18(2) of Directive 2014/24/EU?"
Agreements with other economic operators aimed at distorting competition : Has the supplier entered into agreement(s) with other suppliers with the intention of distorting competition?
Grave professional misconduct : Has the supplier committed serious professional misconduct? If relevant, please refer to definitions in national law, the relevant contract notice, or the procurement documents
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the supplier: a) provided seriously misleading information when submitting the data required to verify that there are no grounds for exclusion or that the qualification requirements are met, b) failed to provide such information, c) failed to promptly submit supporting documents requested by the contracting authority, or d) unlawfully influenced the contracting authority’s decision-making process in order to gain access to confidential information that may provide an unfair advantage in the competition, or negligently provided misleading information that may have a significant impact on decisions regarding exclusion, selection, or award?
Conflict of interest due to its participation in the procurement procedure : Is the supplier aware of a conflict of interest as defined in national law, the relevant contract notice, or the procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the supplier or an entity related to the supplier provided advice to the contracting authority or otherwise been involved in the preparation of the procurement procedure?
Early termination, damages, or other comparable sanctions : Has the supplier committed a serious breach of contract in connection with the performance of a previous public contract, a previous contract with a public contracting authority, or a previous concession contract, where the breach resulted in termination of the contract, compensation, or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall indicate that national grounds for exclusion apply in Norway. These must be described in the procurement documents. The supplier must confirm whether they are in one or more of the situations described in the national grounds for exclusion. Do the purely national grounds for exclusion, as set out in the relevant contract notice or procurement documents, apply?
Breaching obligation relating to 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?
Breaching obligation relating to 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?
Business activities are suspended : Please explain why, under these circumstances, the supplier is still capable of fulfilling the contract, taking into account applicable national provisions and measures regarding the continuation of business activities. It is not necessary to provide this information if exclusion of the supplier is mandatory under applicable national law without the possibility of exception.national law without the possibility of exception
Bankruptcy : Is the supplier in a state of bankruptcy? If so, please explain why, under these circumstances, the supplier is still capable of fulfilling the contract, taking into account applicable national provisions and measures regarding the continuation of business activities. It is not necessary to provide this information if exclusion of the supplier is mandatory under applicable national law without the possibility of exception
Arrangement with creditors : Is the supplier subject to a compulsory debt settlement? If so, please explain why, under these circumstances, the supplier is still capable of fulfilling the contract, taking into account applicable national provisions and measures regarding the continuation of business activities. It is not necessary to provide this information if exclusion of the supplier is mandatory under applicable national law without the possibility of exception
Insolvency : Is the supplier in a situation of insolvency? If so, please explain why, under these circumstances, the supplier is still capable of fulfilling the contract, taking into account applicable national provisions and measures regarding the continuation of business activities. It is not necessary to provide this information if exclusion of the supplier is mandatory under applicable national law without the possibility of exception
Assets being administered by liquidator : Please explain why, under these circumstances, the supplier is still capable of fulfilling the contract, taking into account applicable national provisions and measures regarding the continuation of business activities. It is not necessary to provide this information if exclusion of the supplier is mandatory under applicable national law without the possibility of exception
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier subject to a compulsory debt settlement? If so, please explain why, under these circumstances, the supplier is still capable of fulfilling the contract, taking into account applicable national provisions and measures regarding the continuation of business activities. It is not necessary to provide this information if exclusion of the supplier is mandatory under applicable national law without the possibility of exception

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Main inspection of bridge and ferry quay In Nordland County.
Description : The purpose of the main inspections is to check the conditions of arms and ferry quays in order to check that these fulfil their function. The main inspection shall form the basis for supplementing or adjusting inspection plans and maintenance plans and setting up such plans if these do not exist. The main inspections of bridges and ferry quays are to be carried out in accordance with handbook N-V441:2023 Bridge inspections.
Internal identifier : 2025/11747

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71631450 Bridge-inspection services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71631420 Maritime safety inspection services

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 08/07/2025
Duration end date : 31/12/2030

5.1.5 Value

Estimated value excluding VAT : 24 000 000 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tax Certificate Norwegian tenderers must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT). Tax certificate, not older than six months.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Tenderers shall document their quality assurance system. If the tenderer is certified (f.eks. ISO certification), certification/certificate shall be enclosed. If a tenderer is not certified, a brief description shall be given of the tenderer ́s quality assurance system, max. 1-2 pages beyond table of contents.

5.1.11 Procurement documents

Deadline for requesting additional information : 16/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256737850.aspx

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 23/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 101 Day
Information about public opening :
Opening date : 23/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Salten og Lofoten tingrett -
Organisation providing more information on the review procedures : Nordland fylkeskommune -

8. Organisations

8.1 ORG-0001

Official name : Nordland fylkeskommune
Registration number : 964982953
Postal address : Prinsensgate 100
Town : BODØ
Postcode : 8048
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Aleksander Fagervik Kahegezo Sølvberg
Telephone : +47 75650000
Fax : +47 75650801
Internet address : http://www.nfk.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Salten og Lofoten tingrett
Registration number : 826 723 122
Town : Bodø
Postcode : 8001
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : abf64d20-080d-4bde-8f42-f20ecaa0d83b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/05/2025 08:31 +00:00
Notice dispatch date (eSender) : 16/05/2025 09:09 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00318961-2025
OJ S issue number : 95/2025
Publication date : 19/05/2025