Turnkey contract E6 Ranheim - Sveberg

Nye Veier AS (Nye Veier) intends to make changes to the contract with Hæhre Entreprenør AS (Hæhre) for a turnkey contract with the interaction phase for the engineering design services and the construction of a new E6 between Ranheim and Sveberg. The contract was signed with Hæhre 2 July 2024 …

CPV: 45000000 Trabajos de construcción, 45100000 Trabajos de preparación del terreno, 45233100 Trabajos de construcción de autopistas y carreteras, 45233130 Trabajos de construcción de autopistas, 45233139 Mantenimiento de autopistas, 63712200 Servicios de explotación de autopistas, 71000000 Servicios de arquitectura, construcción, ingeniería e inspección, 71200000 Servicios de arquitectura y servicios conexos, 71240000 Servicios de arquitectura, ingeniería y planificación, 71310000 Servicios de consultoría en ingeniería y construcción, 71300000 Servicios de ingeniería, 71311000 Servicios de consultoría en ingeniería civil, 71311220 Servicios de ingeniería de caminos, 71313450 Seguimiento ambiental para la construcción, 71320000 Servicios de diseño técnico, 71322000 Servicios de diseño técnico para la construcción de obras de ingeniería civil, 71322500 Servicios de diseño técnico de instalaciones de tráfico, 71400000 Servicios de planificación urbana y de arquitectura paisajística, 71420000 Servicios de arquitectura paisajística, 77200000 Servicios forestales
Lugar de ejecución:
Turnkey contract E6 Ranheim - Sveberg
Organismo adjudicador:
Nye Veier
Número de premio:
123863

1. Buyer

1.1 Buyer

Official name : Nye Veier

2. Procedure

2.1 Procedure

Title : Turnkey contract E6 Ranheim - Sveberg
Description : Nye Veier AS (Nye Veier) intends to make changes to the contract with Hæhre Entreprenør AS (Hæhre) for a turnkey contract with the interaction phase for the engineering design services and the construction of a new E6 between Ranheim and Sveberg. The contract was signed with Hæhre 2 July 2024 after the contract with the former contractor on the same contract work was completed in the middle of the contract period. The contract was signed after a negotiated procedure was announced in December 2023. The contract includes completion of approx. 12.5 km complete four lane motorway, with open air roads and 1 tunnel of 1.7 km. This includes i.a. alterations to 3 two-level crossings and 2 junctions that shall be completed with new ramps, 30 new constructions, some of which have been completed or partly completed and 16 existing constructions that shall be demolished. A new water supply shall also be established for Malvik municipality, where the pipeline system has started. The contract value and the Builder ́s budget price (BBP) was estimated to NOK 2,200 million in the notice. Adjusted in accordance with the annual index regulations, the estimated contract value/BBP currently amounts to approx. The parties should, in the interaction phase, determine the final work extent and agree on a agreed target price for the project. In the interaction phase, the parties have agreed on reductions in the work extent at an estimated value of approx. NOK 110 million. If there is an equivalent reduction in the index regulated contract value/BBP, this currently amounts to approx. NOK 2,190 million (hereafter referred to as "adjusted BBP"). A number of challenges have arisen in the interaction phase, which has led to expansions and extension of the interaction phase, and had the importance for determining the target price for the project. This is mainly due to the contract applying to the same contract extent that was originally to be carried out by another contractor, but where the contract was terminated. The previous contract was a turnkey contract, and Nye Veier therefore did not have sub-knowledge of the remaining work, at the same time it was important to announce a new competition quickly for both social considerations and consideration to prevent stand-by at the site that resulted in deterioration. During the interaction phase, i.a. uncovered a need to carry out a number of further ground examinations, scans, sample excavations etc. This has meant that the interaction phase has pulled out in time. Nye Veier and Hæhre have already made several changes to the contract as a result of unforeseen circumstances and additional deliveries. These changes have led to an estimated price increase of approx. Further changes are now made as a result of unforeseen circumstances, additional deliveries and changed assumptions in connection with determining the target price and pending signing of contract for the execution phase. The changes mean that the parties intend to set the target price to NOK 3,100,000,000. Thereby there will be a crackdown, costs in the interaction phase and options for Malvik municipality of NOK 850 million. The changes that are being formalised now mean a further price increase of NOK 1,430 million compared with adjusted BBP, and it is these changes that are now announced as an intention notice. Further justification for signing the contract without a prior notice will be given under "Additional Information".
Procedure identifier : b013f48a-fb82-4296-a824-cdbb8ec03d66
Internal identifier : 123863
Type of procedure : Negotiated without prior call for competition

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45233130 Construction work for highways
Additional classification ( cpv ): 45233139 Highway maintenance work
Additional classification ( cpv ): 63712200 Highway operation services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311220 Highways engineering services
Additional classification ( cpv ): 71313450 Environmental monitoring for construction
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71322500 Engineering-design services for traffic installations
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71420000 Landscape architectural services
Additional classification ( cpv ): 77200000 Forestry services

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.4 General information

Additional information : General information on the justification for signing the contract for the execution phase:NV has already made changes in the interaction phase, which in total meant a price increase of approx. This includes an increased extent of the interaction phase (extended by 8 months), supplementary preliminary surveys and ground surveys, various changes connected to the establishment after the previous contractor and as a result of a long standstill as well as a need for tunnelling. These changes are made pursuant to the PPC §28-1, letters c and d. The changes that shall now be made when signing the contract for the execution phase also have a legal basis in § 28-1 and involve a further estimated price increase of MNOK 1,430 compared with adjusted BBP. These changes can be allocated as follows: -Price increases of approx. MNOK 975 due to unforeseen circumstances, cf. §28-1 (1) letter d. -Price increases of MNOK 220 due to the necessary additional deliveries, cf. § 28-1 (1) letter c. Other changes to MNOK 235 due to changed prerequisites for the contract work after the completed interaction phase and other cost increases, which cannot be seen as significant, cf.§28-1 (1) letter f, cf.§28-2. NV has, when calculating price increases, based on adjusted BBP, as index regulated, cf.§28-1 (2). The price increases include risk disposal and the contractor's mark-up in accordance with the contract. Changes due to unforeseen circumstances: The contracting authority can make changes due to unforeseen circumstances, cf. §28-1 (1) letter d. The price increase due to unforeseen circumstances is estimated to approx. MNOK 975 including risk disposal and mark-up. This sum includes multiple records: Firstly, a number of further changes connected to the creation of previous contractors and long standstill. These changes mean an estimated price increase of approx. MNOK 60. Secondly, several changes that lead to increased scope, and which have become necessary as a result of changed requirements, including changes in regulations, new requirements and changes from the municipalities as well as changed requirements in the manuals. These changes mean an estimated price increase of approx. MNOK 70. This includes: -Amended bypass system at Være South -Handbook changes regarding railings in open air -Handling surface water -Municipal water and sewage alterations Thirdly, it has become necessary to make a number of changes in the contract work, which is due to, for example, ground surveys, scans and test excavations having uncovered further needs. This results in an estimated price increase of approx. MNOK 465 and includes: -Increased extent of light masses, mass surplus and mass deficit -Need for lime stabilisation -Increased scope of strossing -Proven quick clay -Need for blasting ditches for drains and surface water Fourthly, it includes the necessary changes in the extent of options for Malvik municipality, which were first clarified in the interaction phase. This results in an estimated price increase of approx. MNOK 100. The construction period has been extended for approx. 1 year at the end of the contract. This is due to the fact that the extent of the contract has increased due to unforeseen circumstances. This change will result in an estimated price increase of approx. MNOK 280, which includes, among other things, increased costs for rigging and operation and traffic management. These are all changes that have become necessary as a result of unforeseen circumstances and which NV could not foresee. The changes do not mean that the contract ́s overall character is changed and the value of the changes lies within the limit of 50% of the original estimated BBP. Changes due to the necessary additional deliveries: Pursuant to §28-1 (1) letter c, changes are allowed that apply for the necessary additional deliveries, which are not included in the original contract. Changes in the project concerning the necessary additional deliveries are firstly related to the increase in the extent of the engineering design services. During the interaction phase it has been determined that the extent of the remaining engineering design was greater than NV had used to prepare the tender documentation. A natural part of the interaction phase has been optimisations of the contract work, which also involves a need for re-engineering design. This change will result in an estimated price increase of MNOK 140, including risk settlement and mark-up. Secondly, it has been revealed during the interaction phase that requirements from the Government Administrator implies a need to set requirements for dimensioning and fishing measures, Sagelva flood drains. This change will result in an estimated price increase of MNOK 50 including risk disposal and mark-up. Thirdly, other additional work has been ordered that have become necessary. Applies to changed guide width K31 Vulu bridge, follow-up/updating fats rules and the need for extra stop lay-bys. These changes mean an estimated price increase of approx. MNOK 30 including risk disposal and mark-up. In total the additional work involves a price increase of approx. MNOK 220. These are additional work that Hæhre must carry out as an integrated part of the other contract work in the execution phase of E6 RS. This additional delivery does not mean that the contract ́s overall character is changed and the amount is far within the limit of 50% of the original estimated BBP. Other alterations that are not significant: Nye Veier also needs to make some other changes that are more unclear if can be justified in unforeseen circumstances or considered additional deliveries in the procurement regulations. These are, nevertheless, changes that cannot be seen as significant, and these can therefore be legally made, cf. § 28-1 (1) letter f, cf. § 28-2. Nye Veier points out that the contract is an interaction contract, assuming that a number of changes will be made in the interaction phase compared to what is outlined in the tender documentation. It was also clear from the tender documentation for this contract that the parties in the interaction phase should define the final work extent, and it was clearly stated that changes could be made in connection with the contract work. The changes that are now wanted in this project and the size of these are clearly within what the tenderers must reckon on in such an interaction contract. This firstly applies that the contractor's operational system requires an increased need for site roads and less possibility for reuse than Nye Veier had assumed in its estimates. This is due to a higher complexity than what was expected and are changes that have been necessary after the interaction phase. As a result of these changes the price increase is estimated to approx. As described in the description of the procurement, the parties have agreed, secondly, on reductions in the work extent to an estimated value of approx. NOK 110 million. This concerns net savings as a result of optimisations Sveberg, removal of BREEAM requirements in the contract, that the Reppe junction has been removed and changes to the execution of the dimensioning frostdypde. Thirdly, the target price for the parties has come up with a further price increase compared with BBP of approx. NOK 225 million, which corresponds to approx. 10% of the adjusted BBP. This concerns cost increases that Nye Veier is unable to link directly to the specific changes that are made in the project. Nye Veier points out that in such a project it is difficult to allocate exact cost records to all the concrete changes made in the project. Nye Veier has not given a target price in the competition, but only an estimated contract value/estimated BBP that Nye Veier has reserved the right to change in the competition. It was decided that the parties in the interaction phase would determine a target price for the project, where considerations should be taken into account of changes in the contract work. There is no direct link between the estimated BBP and target price in the contract and the parties therefore have further flexibility in determining the target price. Determining a target price of NOK 3,100 million, therefore, does not mean any significant change under any circumstances. The alterations that have been made and must be assessed against § 28-1 (1) letter f, are not changes that could have bearing on the outcome of the competition, cf. § 28-2 letter a. Nor are there changes that involve a significant expansion of the contract ́s scope, cf. § 28-2 letter c. These are changes that, in accordance with their nature and size, are clearly within what the tenderers had to expect in this project. The changes that must be assessed against § 28-1 (1) letter f also do not change the financial balance of the contract, cf. § 28-2 letter b. New Roads points out that when the conditions for the contract work are changed together with what Nye Veier had originally assumed, it will also be necessary in the target price to take into account the cost increases that these changes lead to. This happens precisely to maintain the economic balance of the contract. Changes that do not have a cost impact: There is also a change in the bonus model. The original regulation assumes that the contractor is entitled to 50% of the savings, if the final target price is lower than the agreed target price, but with a limit of 5% of the agreed target price. The change is based on a maximum cap of a bonus equivalent to 5% of the agreed target price, but so that only 4% are still connected to whether the target price is reached. The remaining 1% will be connected to the achievement of two milestones in the contract. These are milestones that are considered very demanding to reach and that are important for Nye Veier in order to get previous traffic congestion on the road. Nye Veier does not consider this a significant change, cf. § 28-2.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Turnkey contract E6 Ranheim - Sveberg
Description : Insert

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 :

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.16 Further information, mediation and review

Review organisation : Agder tingrett -

6. Results

Value of all contracts awarded in this notice : 3 950 000 000 Norwegian krone
Direct award :
Justification for direct award : Need for additional works or services by the original contractor
Other justification : See the description under "further information".

6.1 Result lot ldentifier : LOT-0000

6.1.2 Information about winners

Winner :
Official name : Hæhre Entreprenør AS
Tender :
Tender identifier : Hæhre Entreprenør AS
Identifier of lot or group of lots : LOT-0000
Contract information :
Identifier of the contract : 123863

8. Organisations

8.1 ORG-0001

Official name : Nye Veier
Registration number : 915 488 099
Postal address : Kjøita 6
Town : Kristiansand
Postcode : 4630
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Are Sangvik Grandal
Telephone : +47 47235666
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926 723 480
Postal address : Postboks 63
Town : Kristiansand
Postcode : 4661
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : +47 38176300
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Hæhre Entreprenør AS
Size of the economic operator : Large
Registration number : 986 420 010
Town : Vikersund
Postcode : 3370
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000
The winner is listed on a regulated market
Notice information
Notice identifier/version : 90f16f62-1f80-4ead-bbe6-6e8e9b260f24 - 01
Form type : Direct award preannouncement
Notice type : Voluntary ex-ante transparency notice
Notice dispatch date : 06/06/2025 15:03 +00:00
Notice dispatch date (eSender) : 06/06/2025 15:07 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00375836-2025
OJ S issue number : 110/2025
Publication date : 11/06/2025