Total contract bridge 2025

The procurement is for a joint contract for replacing small bridges in Innlandet county, but the works will primarily be carried out in the municipalities within old Hedmark county. The work is described as a traditional unit price contract. Further bridges may be ordered as options within the option period …

CPV: 45000000 Travaux de construction
Délai:
17 septembre 2025 10:00
Type de délai:
Soumission d'offres
Lieu d'exécution:
Total contract bridge 2025
Service d'adjudication:
INNLANDET FYLKESKOMMUNE
Numéro d'adjudication:
2025/16473

1. Buyer

1.1 Buyer

Official name : INNLANDET FYLKESKOMMUNE
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Total contract bridge 2025
Description : The procurement is for a joint contract for replacing small bridges in Innlandet county, but the works will primarily be carried out in the municipalities within old Hedmark county. The work is described as a traditional unit price contract. Further bridges may be ordered as options within the option period with separate building plans and descriptions. The procurement shall ensure that Innlandet county (IFK) can carry out construction work in a resource efficient way. IFK intends to enter into a contract with 1 contractor. IFK expects turnover of up to NOK 40 million excluding VAT per annum in the contract period. The annual turnover cannot be seen in connection with the description ́s total sum. Completion deadline and any sub-deadlines will be given for each call-off/order. See chapter 1. A3 point 3 and chapter C2 point 22.Deadline for completion is 23.12.2026 The works are expected to be carried out in the period from signing of the contract in October 2025 to 23.12.2026. This contract has an option to extend the contract for a further 1+1 year on verbatim terms. The builder will inform written about any release of the option at the latest three months before the end of the contract. A joint cooperation/evaluation meeting shall be held prior to triggering any option. The following sub-deadlines apply: Any sub-deadlines will be agreed before each measure is taken. A tender conference will be held 03.09.2025 at 12:00 in Fylkeshuset 1, Parkgata 64, 2317 Hamar.Innlandet county encourages interested parties to attend the tender conference for information on the tender documentation. Questions entered in the competition in weeks 29-30-31-32 will not be answered before week 33 at the earliest.
Procedure identifier : f539fd8f-575c-4e26-8d6c-a27b1daa54fd
Internal identifier : 2025/16473
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The known projects with descriptions that shall be carried out in 2025-26 are: * County road 24 Haug bridge, Nord OdalHaug bridge shall be replaced with a new bridge cover. The existing abutment shall be preserved and cast up until. In addition the new bridge cover will have a foot and cycle path downstream side. The first thing that shall be done is to establish a temporary alteration of county road 24 on the upstream side of Haug bridge. Statistically estimated ÅDT, total: 3000, 15% share of long vehicles.* County road 29 Djupdalsbekken bridge, AlvdalDjupdalsbekk bridge shall be replaced with a concrete culvert built on site. The culvert shall be constructed with an entire bottom plate and the stream shall therefore be led in pipes outside the building pit during the construction period. The culvert shall be cast with a casting joint only between the bottom plate and the walls. In addition guiding walls shall be established upstream of the culvert, which shall ensure a flushing effect through the culvert so that it does not build up with uncompacted matter. The stream bottom shall also be plastered. The first thing to do is to establish a temporary alteration of county road 29 on the downstream side of the Djupdalsbekken bridge, as well as stream alterations. Statistically estimated ÅDT, total: 1100, 15% share of long vehicles* County road 2200 34-0108 Kjølsjøbekken bridge, Stor-ElvdalKjølsjøbekken bridge shall be replaced in its entirety, the new bridge shall be built almost the same route as the old bridge. County road 2200 is scheduled to be closed during the construction period and emphasis will therefore be put on rapid execution. Statistically estimated ÅDT, total: 160, 10% share of long vehicles. The stream is to be piped and led under the bridge while the new bridge is being constructed.

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) : Innlandet ( NO020 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Part III

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 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.
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.
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.
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?
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.
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?
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?
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 set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the 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 : 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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Total contract bridge 2025
Description : The procurement is for a joint contract for replacing small bridges in Innlandet county, but the works will primarily be carried out in the municipalities within old Hedmark county. The work is described as a traditional unit price contract. Further bridges may be ordered as options within the option period with separate building plans and descriptions. The procurement shall ensure that Innlandet county (IFK) can carry out construction work in a resource efficient way. IFK intends to enter into a contract with 1 contractor. IFK expects turnover of up to NOK 40 million excluding VAT per annum in the contract period. The annual turnover cannot be seen in connection with the description ́s total sum. Completion deadline and any sub-deadlines will be given for each call-off/order. See chapter 1. A3 point 3 and chapter C2 point 22.Deadline for completion is 23.12.2026 The works are expected to be carried out in the period from signing of the contract in October 2025 to 23.12.2026. This contract has an option to extend the contract for a further 1+1 year on verbatim terms. The builder will inform written about any release of the option at the latest three months before the end of the contract. A joint cooperation/evaluation meeting shall be held prior to triggering any option. The following sub-deadlines apply: Any sub-deadlines will be agreed before each measure is taken. A tender conference will be held 03.09.2025 at 12:00 in Fylkeshuset 1, Parkgata 64, 2317 Hamar.Innlandet county encourages interested parties to attend the tender conference for information on the tender documentation. Questions entered in the competition in weeks 29-30-31-32 will not be answered before week 33 at the earliest.
Internal identifier : 2025/16473

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Options :
Description of the options : The deadline for completion is 23.12.2026. The work is expected to be carried out in the period from signing of the contract in October 2025 to 23.12.2026. The contracting authority has the option to extend the contract for a further 1+1 years on verbatim terms. The builder will inform writtenly of any release of option at the latest three months before the end of the contract. A collaboration/evaluation meeting shall be held prior to triggering any option. The following sub-deadlines apply: Any sub-deadlines will be agreed before each measure is taken.

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 38 Month

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

5.1.7 Strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 10/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/261063349.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
Variants : Not allowed
Deadline for receipt of tenders : 17/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 64 Day
Information about public opening :
Opening date : 17/09/2025 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 : yes
Electronic payment will be used : yes
Financial arrangement : See the tender documentation.

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

Mediation organisation : Østre Innlandet Tingrett
Review organisation : Østre Innlandet Tingrett
Information about review deadlines : The waiting period is 10 days.
Organisation providing more information on the review procedures : INNLANDET FYLKESKOMMUNE

8. Organisations

8.1 ORG-0001

Official name : INNLANDET FYLKESKOMMUNE
Registration number : 920717152
Postal address : Parkgata 64
Town : HAMAR
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Monika Enger
Telephone : 48289001
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Østre Innlandet Tingrett
Registration number : 926723669
Town : Hamar
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation

Notice information

Notice identifier/version : 3803fc71-f07f-464f-87b5-52d77c05c878 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/07/2025 12:29 +00:00
Notice dispatch date (eSender) : 03/07/2025 13:43 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00438435-2025
OJ S issue number : 127/2025
Publication date : 07/07/2025