Lillestrøm municipality shall expand Bingsfoss secondary school at Sørumsand for an increased student capacity and upgrade the school ́s outdoor area while the school is in operation. Bingsfoss secondary school shall be continued as a 6 parallel school for pupils from 8th to 10th years and at the start of the school year in August 2025, they shall have a capacity for 30 pupils per classroom. This is equivalent to an increased student capacity from approx. 410 to 540 pupils.
Frist
Fristen for mottak av tilbud var 2024-02-01.
Anskaffelsen ble publisert 2023-12-21.
Kunngjøring av konkurranse (2023-12-21) Gjenstand Anskaffelsens omfang
Tittel: Alterations to Bingsfoss secondary school.
Referansenummer: Lillestrøm-23/128
Kort beskrivelse:
“Lillestrøm municipality shall expand Bingsfoss secondary school at Sørumsand for an increased student capacity and upgrade the school ́s outdoor area while...”
Kort beskrivelse
Lillestrøm municipality shall expand Bingsfoss secondary school at Sørumsand for an increased student capacity and upgrade the school ́s outdoor area while the school is in operation. Bingsfoss secondary school shall be continued as a 6 parallel school for pupils from 8th to 10th years and at the start of the school year in August 2025, they shall have a capacity for 30 pupils per classroom. This is equivalent to an increased student capacity from approx. 410 to 540 pupils.
Vis mer
Kontrakttype: Bygge- og anleggsarbeid
Produkter/tjenester: Byggearbeid📦
Estimert verdi eksklusive mva: 91 500 000 NOK 💰
Informasjon om delkontrakter
Denne kontrakten er delt opp i delkontrakter ✅
Tilbud kan leveres for alle delkontrakter ✅
1️⃣
Beskrivelse av anskaffelsen:
“Lillestrøm municipality, c/o the municipal area Eiendom, shall expand Bingsfoss secondary school in Sørumsand for an increased student capacity and upgrade...”
Beskrivelse av anskaffelsen
Lillestrøm municipality, c/o the municipal area Eiendom, shall expand Bingsfoss secondary school in Sørumsand for an increased student capacity and upgrade the school ́s outdoor area while the school is in operation. Bingsfoss secondary school shall be continued as a 6 parallel school for pupils from 8th to 10th years, and by the start of the school year in August 2025 they shall have a capacity for 30 pupils per classroom. This is equivalent to an increased student capacity from approx. 410 to 540 pupils. The project involves the establishment of two extensions facing north, in the extension of the existing classroom wings, alterations to parts of the existing school, as well as upgrading the school ́s outdoor area, which shall be adapted for physical activity. Amongst other things, the current path system along Glomma shall be connected inside the school ́s outside area. The work is planned to be carried out while the school is in operation, where room functions can be temporarily relocated in the pavilions on the school site. The existing building was established in the 1960s and in 2007 it underwent a comprehensive reconstruction and renovation of a base school. The school currently appears as a well-maintained and modern building, but the class classes are too small for the planned student growth in the area. Each step currently has its own floor wing, with two storeys of classrooms in the eastern wing and one floor with classrooms in the western wing. Each floor wing has 6 classrooms and 5-8 group rooms.
2️⃣
Beskrivelse av anskaffelsen:
“Lillestrøm municipality, c/o the municipal area Eiendom, shall expand Bingsfoss secondary school in Sørumsand for an increased student capacity and upgrade...”
Beskrivelse av anskaffelsen
Lillestrøm municipality, c/o the municipal area Eiendom, shall expand Bingsfoss secondary school in Sørumsand for an increased student capacity and upgrade the school ́s outdoor area while the school is in operation. Bingsfoss secondary school shall be continued as a 6 parallel school for pupils from 8th to 10th years and at the start of the school year in August 2025, they shall have a capacity for 30 pupils per classroom. This is equivalent to an increased student capacity from approx. 410 to 540 pupils. The project involves the establishment of two extensions facing north, in the extension of the existing classroom wings, alterations to parts of the existing school, as well as upgrading the school ́s outdoor area, which shall be adapted for physical activity. Amongst other things, the current path system along Glomma shall be connected inside the school ́s outside area. The work is planned to be carried out while the school is in operation, where room functions can be temporarily relocated in the pavilions on the school site. The existing building was established in the 1960s and in 2007 it underwent a comprehensive reconstruction and renovation of a base school. The school currently appears as a well-maintained and modern building, but the class classes are too small for the planned student growth in the area. Each step currently has its own floor wing, with two storeys of classrooms in the eastern wing and one floor with classrooms in the western wing. Each floor wing has 6 classrooms and 5-8 group rooms.
Vis mer
Tilleggsprodukter/-tjenester: Bygge- og anleggsarbeid i forbindelse med Ungdomsskole/Videregående skole📦 Informasjon om opsjoner
Opsjoner ✅
Beskrivelse av opsjoner:
“The contracting authority requests prices for options. These are described in Annex 2.2 - Price Form point 3.
Options are to be seen as a part of the...”
Beskrivelse av opsjoner
The contracting authority requests prices for options. These are described in Annex 2.2 - Price Form point 3.
Options are to be seen as a part of the contract. and it is not considered as alteration works, cf. NA 8407 point 31.3. If the option is taken up after the contract has been signed, the contract sum will be regulated equivalent to the turnkey contractor ́s offered price on the relevant option.
Vis mer Tittel
Identifikasjonsnummer for delkontrakt: LOT-0002
3️⃣
Beskrivelse av anskaffelsen:
“Requirements connected to annexes/terms.” Tittel
Identifikasjonsnummer for delkontrakt: LOT-0003
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-02-01 12:00:58 📅
Vilkår for åpning av tilbud: 2024-02-01 12:01:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 119
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“The tenderer's economic and financial capacity: Requirement: Tenderers shall have the financial and economic capacity the assignment...”
Liste og kort beskrivelse av utvelgelseskriterier
The tenderer's economic and financial capacity: Requirement: Tenderers shall have the financial and economic capacity the assignment requires.
Documentation: Tenderers shall document this by presenting the company's annual accounts for 2022 and the approved auditor ́s report. If this has not been completed, enclose the company's Annual Financial Statements for 2021 and an approved audit report.
When assessing the tenderer's financial and economic position, the contracting authority will itself obtain a credit assessment from Dun & Bradstreet Norge AS.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“The tenderer fulfils the stated qualification requirements:”
Liste og kort beskrivelse av vilkår:
“The organisational and legal position of the tenderer.: Requirement: Tenderers shall be legally established and registered in a company register or a...”
Liste og kort beskrivelse av vilkår
The organisational and legal position of the tenderer.: Requirement: Tenderers shall be legally established and registered in a company register or a commerce register in the member state where the tenderer is established.
Documentation: Tenderers shall document this by presenting documentation that shows that the tenderer is registered in a professional register, trade register or other business register as prescribed by the law of the country where the tenderer is established, for example the Brønnøysund Register Centre.
Vis mer
Liste og kort beskrivelse av vilkår:
“Due diligence assessments for responsible businesses: Requirement: Tenderers shall be suitable for fulfilment of contractual requirements for due diligence...”
Liste og kort beskrivelse av vilkår
Due diligence assessments for responsible businesses: Requirement: Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses, cf. point 1.1 "Ethics and social responsibility" in Annex 2.6 - Seriousness provisions for Lillestrøm municipality.
This means that the tenderer has implemented measures and systems that are used in the tenderer ́s work to safeguard basic human rights and decent working conditions.
Documentation requirement:
A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies.
The documentation shall include:
Formal policy/guidelines that cover obligations to comply with the requirements of responsible business. (Point 1 below).
Tenderers shall also fill in annex 1.5 - response form A - Due diligence assessments for responsible businesses. The response form will form the basis for confirmation that the tenderer can document fulfilment of the requirement.
Vis mer
Liste og kort beskrivelse av vilkår:
“Tax Certificate: Requirement: Tenderers shall have fulfilled their tax and duty obligations.
Documentation requirement: : Tenderers shall document this by...”
Liste og kort beskrivelse av vilkår
Tax Certificate: Requirement: Tenderers shall have fulfilled their tax and duty obligations.
Documentation requirement: : Tenderers shall document this by submitting a tax certificate. The certificate must not be more than six months from the deadline for receipt of tenders.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Experience and competence - reference projects: Requirement: Tenderers shall have the necessary competence and experience with the execution of three...”
Liste og kort beskrivelse av utvelgelseskriterier
Experience and competence - reference projects: Requirement: Tenderers shall have the necessary competence and experience with the execution of three projects of equivalent complexity and scope, in the last five years.
The submitted reference project shall be mechanically completed.
Documentation requirement: Tenderers shall document this by mechanically presenting a description of the reference projects. The description must include the form of contract, the assignment ́s value, date of completion and the contracting authority. Tenderers shall use the contracting authority ́s template for the reference form annex 1.4.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirement: Tenderers shall have fulfilled their tax and duty obligations. Documentation requirement: : Tenderers shall document this by submitting a tax...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirement: Tenderers shall have fulfilled their tax and duty obligations. Documentation requirement: : Tenderers shall document this by submitting a tax certificate. The certificate must not be more than six months from the deadline for receipt of tenders.: Requirement: Tenderers shall be able to refer to satisfactory execution in accordance with the contract, for the submitted reference projects in the above point.
Documentation requirement: Tenderers shall document this by presenting certificates from the contracting authority for the reference projects.
The certificates should state whether the works have been professionally and properly executed.
A gender neutral preferred must be provided. The contracting authority reserves the right to contact the reference persons.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Quality assurance system: Requirement: Tenderers shall have a quality management system suited to the content of the contract.
If the tenderer is third...”
Liste og kort beskrivelse av utvelgelseskriterier
Quality assurance system: Requirement: Tenderers shall have a quality management system suited to the content of the contract.
If the tenderer is third party certified in accordance with ISO 9001 or equivalent certification schemes, it will be sufficient to fulfil the requirement.
Documentation requirement: Tenderers shall document this by presenting a description of the quality assurance system, as well as a copy of the table of contents. The description must demonstrate that the system provides satisfactory quality assurance of the delivery/services that shall be provided.
If a tenderer has ISO 9001 certification, it is sufficient to present a certificate.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Environmental management (outer environment): Requirement: Tenderers shall have satisfactory environmental management suited to the content of the...”
Liste og kort beskrivelse av utvelgelseskriterier
Environmental management (outer environment): Requirement: Tenderers shall have satisfactory environmental management suited to the content of the contract.
Documentation requirement: Tenderers shall present a description of their environmental management system, as well as a copy of the table of contents. The description shall be on a maximum of four A4 pages, a copy of the table of contents will be added.
The description shall include a statement of environment policy and guidelines, procedures and any check-lists for the services offered in the contract, showing satisfactory environmental management of the deliveries/services.
The procedures and checklists shall show how the tenderer fulfils the requirements for external environments that are in the internal control regulations and the Pollution Act. Tenderers shall document that they have an active system for handling deviations and improvements.
If the tenderer is third party certified in accordance with EMAS, ISO 14001, Miljøfyrtårnet (Eco-Lighthouse) or equivalent certification schemes, this will be sufficient to comply with the requirement.
Utfyllende informasjon Klageinstans
Navn: Romerike og Glåmdal tingrett
Nasjonalt registreringsnummer: 926 723 863
Postadresse: Postboks 393
Postnummer: 2001
Poststed: Lillestrøm
Region: Viken🏙️
Land: Norge 🇳🇴
E-post: romerike.og.glamdal.tingrett@domstol.no📧
Telefon: 61 99 22 00📞
URL: https://www.domstol.no/no/domstoler/tingrett/romerike-og-glamdal-tingrett/🌏 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk betaling vil bli brukt
Kilde: OJS 2023/S 247-784789 (2023-12-21)
Kunngjøring av konkurranse (2024-01-04) Gjenstand Anskaffelsens omfang
Estimert verdi eksklusive mva: 91 500 000 NOK 💰
Varighet
Startdato: 2024-05-13 📅
Prosedyre Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-02-22 12:00:58 📅
Vilkår for åpning av tilbud: 2024-02-22 12:01:00 📅
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 140
Kilde: OJS 2024/S 004-007580 (2024-01-04)