County road 1186 New Valuation Bridge in Østfold - execution contract

Østfold county would like tenders for the construction of a new 24-year-old's (2016-16:00) The contract includes, among other things, demolition of the old bridge, development of a temporary road with a temporary bridge and the erection of a new bridge. The construction of a temporary road is mainly done with …

CPV: 45000000 Roboty budowlane, 44113000 Drogowe materiały konstrukcyjne, 44114000 Beton, 44212000 Wyroby konstrukcyjne i części, z wyjątkiem budynków z gotowych elementów, 45100000 Przygotowanie terenu pod budowę, 45221000 Roboty budowlane w zakresie budowy mostów i tuneli, szybów i kolei podziemnej, 45232000 Roboty pomocnicze w zakresie rurociągów i kabli, 45233000 Roboty w zakresie konstruowania, fundamentowania oraz wykonywania nawierzchni autostrad, dróg
Termin:
20 listopada 2025 11:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
County road 1186 New Valuation Bridge in Østfold - execution contract
Miejsce udzielenia zamówienia:
Anskaffelser i Akershus, Buskerud og Østfold KO
Numer nagrody:
2025/15817

1. Buyer

1.1 Buyer

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
Legal type of the buyer : Body governed by public law, controlled by a regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : County road 1186 New Valuation Bridge in Østfold - execution contract
Description : Østfold county would like tenders for the construction of a new 24-year-old's (2016-16:00) The contract includes, among other things, demolition of the old bridge, development of a temporary road with a temporary bridge and the erection of a new bridge. The construction of a temporary road is mainly done with light matter. The temporary bridge is to be delivered and assembled by the Norwegian Public Roads Administration's bridge stand-by. Piles for a new bridge are planned to be drilled through the existing Devilsøy Bridge.
Procedure identifier : 80ab25ba-a246-46d9-be60-fb31682d2a09
Internal identifier : 2025/15817
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 44113000 Road-construction materials
Additional classification ( cpv ): 44114000 Concrete
Additional classification ( cpv ): 44212000 Structural products and parts except prefabricated buildings
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45221000 Construction work for bridges and tunnels, shafts and subways
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.4 General information

Additional information : The builder (and contracting authority) is Østfold County. In this procurement, the Builder has chosen to set concrete and absolute requirements for climate and environment in the requirement specifications, rather than using climate and environment as the award criteria. The construction area is located close to Hansemakerkilen Nature Reserve. The Hansemaker kit is one of the most intact of the edifice water slices on the Østfold coast and is a wetland area with a large botanical value that also serves as an important breeding and picnic place for birds. It is therefore decisive that environmental considerations are safeguarded throughout the entire project, and the county believes that this is secured through binding requirements rather than competition. The builder requires that the main contractor shall have a dedicated YM resource with a minimum of five years relevant experience within the outer environment and climate, who shall be physically present for all works affecting these topics and a minimum 60% presence at the facility throughout the entire period. This is considerably stricter than normal practice and the requirement is set to ensure continual follow-up and compliance with environmental requirements and permits. Other environmental requirements include i.a. requirements for a mass disposal plan, use of double silt curtain and continuous logging of water quality. Furthermore, a climate gas budget shall be prepared, which shall be included in the the decision basis when choosing systems and materials. There are also requirements regarding the use of low temperature asphalt, cf. chapter D, process 65, and concrete that fulfil the requirements for low carbon class B, cf. chapter D, processes 84 and 84.4. The builder believes that these requirements together give a clearly better environmental and climate effect than what would have been achieved by using climate and the environment as the award criteria. Based on his assessment, the builder will use the exclusion provisions in the procurement regulations § 7-9 fourth paragraph, as setting the mentioned climate and environmental requirements in the requirement specifications and the contract terms provide a clearly better climate and environmental effect. The builder is therefore exempt from the obligations to weight the environment 30% or to prioritise the environment among the three highest prioritised award criteria.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), 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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 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 : County road 1186 New Valuation Bridge in Østfold - execution contract
Description : Østfold county would like tenders for the construction of a new 24-year-old's (2016-16:00) The contract includes, among other things, demolition of the old bridge, development of a temporary road with a temporary bridge and the erection of a new bridge. The construction of a temporary road is mainly done with light matter. The temporary bridge is to be delivered and assembled by the Norwegian Public Roads Administration's bridge stand-by. Piles for a new bridge are planned to be drilled through the existing Devilsøy Bridge.
Internal identifier : 2025/15817

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 44113000 Road-construction materials
Additional classification ( cpv ): 44114000 Concrete
Additional classification ( cpv ): 44212000 Structural products and parts except prefabricated buildings
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45221000 Construction work for bridges and tunnels, shafts and subways
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 05/01/2026
Duration end date : 30/11/2027

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
Additional information : The builder (and contracting authority) is Østfold County. In this procurement, the Builder has chosen to set concrete and absolute requirements for climate and environment in the requirement specifications, rather than using climate and environment as the award criteria. The construction area is located close to Hansemakerkilen Nature Reserve. The Hansemaker kit is one of the most intact of the edifice water slices on the Østfold coast and is a wetland area with a large botanical value that also serves as an important breeding and picnic place for birds. It is therefore decisive that environmental considerations are safeguarded throughout the entire project, and the county believes that this is secured through binding requirements rather than competition. The builder requires that the main contractor shall have a dedicated YM resource with a minimum of five years relevant experience within the outer environment and climate, who shall be physically present for all works affecting these topics and a minimum 60% presence at the facility throughout the entire period. This is considerably stricter than normal practice and the requirement is set to ensure continual follow-up and compliance with environmental requirements and permits. Other environmental requirements include i.a. requirements for a mass disposal plan, use of double silt curtain and continuous logging of water quality. Furthermore, a climate gas budget shall be prepared, which shall be included in the the decision basis when choosing systems and materials. There are also requirements regarding the use of low temperature asphalt, cf. chapter D, process 65, and concrete that fulfil the requirements for low carbon class B, cf. chapter D, processes 84 and 84.4. The builder believes that these requirements together give a clearly better environmental and climate effect than what would have been achieved by using climate and the environment as the award criteria. Based on his assessment, the builder will use the exclusion provisions in the procurement regulations § 7-9 fourth paragraph, as setting the mentioned climate and environmental requirements in the requirement specifications and the contract terms provide a clearly better climate and environmental effect. The builder is therefore exempt from the obligations to weight the environment 30% or to prioritise the environment among the three highest prioritised award criteria.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, or a trade register in the member state that the tenderer is established in, or consist of a community of tenderers who are legally established companies. The requirement also applies to entities that the tenderer will use, c.f. the tender documentation's chapter. B2, points 2.1 and 4.1. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Certification that the company is registered in a trade register or company register as prescribed by the legislation in the country where the tenderer is established. • Any completed table chapter. E2 points 3.2 and 3.3
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order. This also applies for any sub-contractors Documentation requirement: • Tax certificate, StartBANK will substantiate that the tenderer has paid taxes, duties and social security contributions before awarding. This also applies for any sub-contractors. • Authority for obtaining an extended tax certificate.* * Cf. the tender documentation Chapter B2, point 3.3 Authority for obtaining an extended tax certificate.
Criterion : Financial ratio
Description : The tenderer must have sufficient economic and financial capacity to implement the contract. Due to the contract ́s extent and complexity, the tenderer is required to: • Have an average annual turnover of minimum NOK 100,000,000. NOK 40 million for the last three previous fiscal years. • Is credit worthy. Documentation requirement: Credit evaluation/rating based on the last known fiscal figures, but not older than six months. Such a rating should be carried out by a publicly certified credit rating institution, such as Bisnode, Experian or equivalent. Tenderers are requested to submit other information they believe is relevant. The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial capacity by presenting any other document of relevance to the company's fiscal figures/economy and which the contracting authority deems to be. suitable. Tenderers shall justify why they cannot submit the documentation that the contracting authority has required.
Criterion : References on specified deliveries
Description : 1. Relevant experience (cf. the tender documentation Chapter B2, point 2.4.1); Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from the following works: 1. The main disciplines included in the assignment are: Geotechnical work as described in chapter D as well as geotechnical engineering design including annexes and complicated construction work, including work along and over water. 2. Sub-assignments of significant importance for the contract work: Work with ditch boxes and ground work for W&S, road construction, traffic deviations, climate and environment, as well as winter work. Tenderers shall themselves have experience from the execution of the central work as mentioned above. It is not sufficient that the tenderer only has experience from, for example, controlling the sub-contractors ́ execution of the central works. If the tenderer only has experience from, for example, managing sub-contractors, the tenderer must rely on other entities that have the necessary experience with the execution of the relevant central works, see B2 points 4.1 and 2.1. Documentation requirement: A list of a minimum of 3 and maximum 5 contracts that the tenderer has carried out or execute during the last five years calculated from the tender deadline. The list shall, cf. the form included in chapter E, include the following for each of the contracts: - Name of the recipient (contracting authority) - Description of what the contract work was like, including relevance in relation to the qualification requirement points 1 and 2. - What work was carried out by the tenderer and what work was carried out by sub-suppliers (contractual partners). - Date of execution and date of completion. - The value of the contract. 2. Implementation ability (cf. the tender documentation chapter B2, point 2.4.2). 1. The contract is required to have sufficient manpower and that the tenderer has the capacity. 2. Technical and professional competence and relevant experience is required of the key personnel who will be used for this assignment. Documentation requirement: 1. A description of the tenderer's average workforce and the number of employees in the management during the last three years. 2. A description of the manpower that the tenderer has at his disposal for fulfilment of the contract. 3. Organisation plan and description of the organisation for the contract. 4. CVs and job descriptions of key personnel for the project. The following are defined as key personnel for this project: -Manager - Site manager roads and water and sewage. - Construction Manager construction - Site manager geotechnics - HSE manager - YM responsible The minimum requirements stated in chapter 1 for key personnel apply. C2 point 4.1. The same person can be key personnel for several roles, but this should then be stated in the organisation plan. CVs are to be filled in as a form in annex 31, and as a minimum include: - 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. A reference list with minimum 3 references shall be provided for key personnel. relevant reference projects per key person.
Criterion : Environmental management measures
Description : Tenderers shall have a good and well-functioning environmental management system. Documentation requirement: 1. Certificate issued by an independent body that documents that the tenderer is certified in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for environmental managment) or The Environmental Lighthouse Scheme. The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries. 2. Other documentation for equivalent environmental management measures will be accepted if the tenderer is unable to obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environment systems or standards. Tenderers shall justify why they did not have the opportunity to receive such certificates by the deadline and what this is due to.
Criterion : Measures for ensuring quality
Description : Tenderers shall have a good and well functioning quality assurance system. Documentation requirement: 1. Certificate issued by an independent body that documents that the tenderer is certified in accordance with ISO 9001 (2015). The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries. 2. Other documentation for equivalent quality assurance measures will be accepted if the tenderer is unable to get such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to ISO 9001:2015. Tenderers shall justify why they did not have the opportunity to receive such certificates by the deadline and what this is due to.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Awarded at the lowest tender sum as described in the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Deadline for requesting additional information : 11/11/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=72405

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 : Allowed
Deadline for receipt of tenders : 20/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 83 Day
Information about public opening :
Opening date : 20/11/2025 11:01 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
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 : Buskerud tingrett
Information about review deadlines : In accordance with Norwegian legislation.
Organisation providing more information on the review procedures : Anskaffelser i Akershus, Buskerud og Østfold KO

8. Organisations

8.1 ORG-0001

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
Registration number : 932593688
Department : Anskaffelser
Postal address : Hauges gate 89
Town : Drammen
Postcode : 3019
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Oddveig Marie Åsegg
Telephone : +47
Roles of this organisation :
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826 726 342
Postal address : Postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Telephone : 32 21 16 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 3baa4973-1b36-4e66-9ad3-b367318fa6a3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/10/2025 10:27 +00:00
Notice dispatch date (eSender) : 16/10/2025 10:27 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00684327-2025
OJ S issue number : 200/2025
Publication date : 17/10/2025