Tender contest for the engineering design of a new bridge: County road 7806 Kjeiprød bridge

Troms county would like tenders for the engineering design services for a new bridge county road 7806 Keiprød, Tennevoll municipality Troms county would like tenders for the engineering design services for a new bridge county road 7806 Keiprød, Tennevoll municipality

CPV: 71322300 Bridge-design services
spriocdháta:
Meith. 27, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Tender contest for the engineering design of a new bridge: County road 7806 Kjeiprød bridge
clárlann:
Troms fylkeskommune
uimhir dámhachtana:
25/07100

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Tender contest for the engineering design of a new bridge: County road 7806 Kjeiprød bridge
Description : Troms county would like tenders for the engineering design services for a new bridge county road 7806 Keiprød, Tennevoll municipality
Procedure identifier : a0cfcd59-03f6-4e5c-84ea-15209ec08946
Internal identifier : 25/07100
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Choose which bridge systems are the most appropriate, and most cost saving. Prepare a complete D-chapter in accordance with the process code, model based with support drawings, descriptions and reports for the bridge. The engineering design of the road line adapted to the current road and new bridge, as well as preparing drawings and amounts for the D-chapter for roads and bridges.  Carry out hydrologic calculations (flood calculations for 200-year flooding) Erosion protection for rivers in accordance with N200. Technical approval of the bridge is included in the assignment. All engineering design services shall be in accordance with the Contracting Authority's current guidelines. The Norwegian Public Roads Administration ́s hand books.  The preparation of an environmental diversity report: The preparation of a residual risk report for SHA as well as an environmental assessment as a basis for the YM plan.  Prepare a demolition plan for the existing bridge with the necessary environmental measures.   Ground and laboratory surveys are carried out under the auspices of TFK.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71322300 Bridge-design services

2.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The assignment includes NS 8401 - Engineering design services for a new bridge; County road 7806 Kjeiprød bridge

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 : Tender contest for the engineering design of a new bridge: County road 7806 Kjeiprød bridge
Description : Troms county would like tenders for the engineering design services for a new bridge county road 7806 Keiprød, Tennevoll municipality
Internal identifier : 25/07100

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71322300 Bridge-design services

5.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 03/08/2025
Duration end date : 11/12/2025

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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional 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. Minimum qualification requirements The tenderer shall be a legally registered company. The tenderer shall have the tax and duty payments in order.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements Tenderers shall be credit worthy. Tenderers must have the financial capacity to carry out the contract.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers (as a company) shall have very good competence within assignments of an equivalent nature, scope and complexity. The tenderer must have the necessary capacity to carry out the contract.
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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 06/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258176246.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 : 27/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 32 Day
Information about public opening :
Opening date : 27/06/2025 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 : yes
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 : Nord-Troms og Senja tingrett -
Information about review deadlines : Appeals must be lodged before 28.7.25

8. Organisations

8.1 ORG-0001

Official name : Troms fylkeskommune
Registration number : 930068128
Postal address : Postboks 6600
Town : Tromsø
Postcode : 9296
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Contact point : Lillian Strand
Telephone : +47 77788000
Internet address : https://www.tromsfylke.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Nord-Troms og Senja tingrett
Registration number : 926 723 022
Town : Tromsø
Postcode : 9000
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : f476fcf5-caf8-43fb-b0e3-2d82ae07204f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/05/2025 09:02 +00:00
Notice dispatch date (eSender) : 28/05/2025 09:14 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00350311-2025
OJ S issue number : 103/2025
Publication date : 30/05/2025