2025 - Framework agreement for consultancy services within the management of bridges, subways and retaining walls.

Trondheim municipality, by urban operations, invites tenderers to an open tender contest for a framework agreement for consultancy services within the management of bridges, subways and retaining walls. Objective: This procurement is intended to cover Trondheim municipality ́s need for the following services connected to the management of bridges, subways …

CPV: 45213310 Obras de construção de edifícios relacionados com o transporte rodoviário, 45233100 Construção de estradas e vias rápidas, 71240000 Serviços de arquitectura, engenharia e planeamento, 71315200 Serviços de consultoria relacionados com edifícios, 71318000 Serviços de consultoria e assessoria em matéria de engenharia, 71322300 Serviços de concepção de pontes, 71631450 Serviços de inspecção de pontes, 71631480 Serviços de inspecção de estradas, 72224000 Serviços de consultoria em gestão de projectos, 85312300 Serviços de orientação e aconselhamento
Prazo:
11 de Junho de 2025 às 10:00
Tipo de prazo:
Submissão da oferta
Local de execução:
2025 - Framework agreement for consultancy services within the management of bridges, subways and retaining walls.
Local de premiação:
Trondheim kommune
Número do prémio:
2025/14453

1. Buyer

1.1 Buyer

Official name : Trondheim kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 2025 - Framework agreement for consultancy services within the management of bridges, subways and retaining walls.
Description : Trondheim municipality, by urban operations, invites tenderers to an open tender contest for a framework agreement for consultancy services within the management of bridges, subways and retaining walls. Objective: This procurement is intended to cover Trondheim municipality ́s need for the following services connected to the management of bridges, subways and retaining walls: Bridge inspections in accordance with the current regulations. Engineering design services for maintenance projects, including the preparation of tender documentation and follow-up of construction works. Consultancy services within the discipline, including condition assessments, risk analyses and strategic planning.
Procedure identifier : de305b9e-6b17-4955-8932-9b58ff02ced6
Internal identifier : 2025/14453
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Trondheim municipality has an extensive road network with more than 130 constructions, including bridges, subways and retaining walls.  In order to ensure optimum management of these structures, there is a need for regular inspections and maintenance. The need in the framework agreement is i.a.: Inspection: Main inspection of minimum 16 bridges and 16 retaining walls in 2025, in accordance with Handbook V441 Inspection Handbook for Bridges. The list of bridges is attached. Preparation of work descriptions in accordance with Handbook R762 Process Code 2 - Standard Description for bridges and quays. Option for call-offs on special inspections and main inspections beyond the attached list. There will be a need for this in the following years, and the number will vary from approx. 15 - 30 engineering design services: Engineering design services for maintenance projects, including the preparation of tender documents and follow-up of construction work. Consultancy: Condition assessments, risk analyses and strategic planning connected to the management of bridges, subways and retaining walls. Classification of bridges and retaining walls. Requirement of tenderer: Special competence: Tenderers must have documented expertise in construction techniques and experience with inspections of road constructions. Use of BRUTUS: Tenderers must be aware of and use the Norwegian Public Roads Administration ́s bridge management system BRUTUS.  Results from inspections shall be registered in BRUTUS, including the establishment of new "bridges" for retaining walls. The consultants shall use personal log-in in to BRUTUS. Handling missing documentation: Tenderers must be able to carry out inspections and registrations themselves in the event of a lack of documentation.  This can involve mapping constructions in order to obtain the necessary information. Financial frames and contract period: The financial limit for the framework agreement is set at NOK 4 million excluding VAT for the entire contract period. The contract period is 2 years with a unilateral option for the contracting authority to extend the contract for 1+1 year on verbatim terms.  The contracting authority can also extend the contract for a shorter period than one year. Note: The attached list of bridges and overview maps, as well as examples of previous inspections at BRUTUS, give suppliers insight into the extent and complexity of the assignments.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71631450 Bridge-inspection services
Additional classification ( cpv ): 45213310 Construction work for buildings relating to road transport
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71322300 Bridge-design services
Additional classification ( cpv ): 71631480 Road-inspection services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 85312300 Guidance and counselling services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone
Maximum value of the framework agreement : 5 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement criterion

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 : 2025 - Framework agreement for consultancy services within the management of bridges, subways and retaining walls.
Description : Trondheim municipality, by urban operations, invites tenderers to an open tender contest for a framework agreement for consultancy services within the management of bridges, subways and retaining walls. Objective: This procurement is intended to cover Trondheim municipality ́s need for the following services connected to the management of bridges, subways and retaining walls: Bridge inspections in accordance with the current regulations. Engineering design services for maintenance projects, including the preparation of tender documentation and follow-up of construction works. Consultancy services within the discipline, including condition assessments, risk analyses and strategic planning.
Internal identifier : 2025/14453

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71631450 Bridge-inspection services
Additional classification ( cpv ): 45213310 Construction work for buildings relating to road transport
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71322300 Bridge-design services
Additional classification ( cpv ): 71631480 Road-inspection services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 85312300 Guidance and counselling services
Options :
Description of the options : Unilateral option for up to 2 years. See the tender documents.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 30/06/2025
Duration end date : 30/06/2027

5.1.5 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone
Maximum value of the framework agreement : 5 000 000 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. Minimum qualification requirements Demand: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Certificate that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is registered.
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 Demand: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers shall have a rating of minimum A or equivalent. Documentation requirement: Credit rating Minimum requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Tenderers shall have a rating of minimum class A (AN for newly established companies), in accordance with bisnode AAA rating system, or equivalent. Documentation requirement: Credit evaluation/rating, not older than 6 months calculated from the deadline for receipt of tenders, and which is based on the last known accounting figures. The rating shall be carried out by a credit rating institution and in accordance with the current laws and regulations. If the tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial position by presenting, for example, a declaration from a financial institution about surety.
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Description of the requirement/documentation: Requirement: The tenderer shall use environmental management measures when carrying out the contract. Documentation: Description of environmental management measures. A self-declaration for the environment, which is attached to the tender documentation, can be used as documentation.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : 40 % weight
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Competence 50 %
Description : Competence: The offered organisation and personnel CVs for the offered personnel/competence notes.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Assignment comprehension 10 %
Description : Assignment comprehension Implementation plan
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 04/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256438476.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 : 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 : 11/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 11/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 0
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett -
Organisation providing more information on the review procedures : Trøndelag tingrett -

8. Organisations

8.1 ORG-0001

Official name : Trondheim kommune
Registration number : 942110464
Postal address : Erling Skakkes gate 14
Town : TRONDHEIM
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Andreas Holen Sørensen
Telephone : +47 72540000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73 54 24 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 20ce7b5c-09f9-4a08-b55a-317447c3ff25 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/05/2025 10:20 +00:00
Notice dispatch date (eSender) : 08/05/2025 11:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00300664-2025
OJ S issue number : 90/2025
Publication date : 12/05/2025