The project comprises four main components: • New workshop building - approx. 1,500 m2 • Alterations to existing office/personnel facilities - approx. 500 m2 • Redecorating and establishing an energy centre in the existing washing hall - approx. 150m2 • Outdoor work
Frist
Fristen for mottak av tilbud var 2024-02-16.
Anskaffelsen ble publisert 2023-12-28.
Kunngjøring av konkurranse (2023-12-28) Gjenstand Anskaffelsens omfang
Tittel: Turnkey contract for workshop building Nordbergveien 115 with the accompanying areas.
Referansenummer: 23/11324
Kort beskrivelse:
“The project comprises four main components: • New workshop building - approx. 1,500 m2 • Alterations to existing office/personnel facilities - approx. 500...”
Kort beskrivelse
The project comprises four main components: • New workshop building - approx. 1,500 m2 • Alterations to existing office/personnel facilities - approx. 500 m2 • Redecorating and establishing an energy centre in the existing washing hall - approx. 150m2 • Outdoor work
Vis mer
Kontrakttype: Bygge- og anleggsarbeid
Produkter/tjenester: Bygge- og anleggsvirksomhet📦
Estimert verdi eksklusive mva: 0 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The project comprises four main components: • New workshop building - approx. 1,500 m2 • Alterations to existing office/personnel facilities - approx. 500...”
Beskrivelse av anskaffelsen
The project comprises four main components: • New workshop building - approx. 1,500 m2 • Alterations to existing office/personnel facilities - approx. 500 m2 • Redecorating and establishing an energy centre in the existing washing hall - approx. 150m2 • Outdoor work
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-02-16 12:00:00 📅
Vilkår for åpning av tilbud: 2024-02-16 12:30:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Utfyllende informasjon Organ ansvarlig for meklingsprosedyrer
Navn: Oslo Tingrett
Nasjonalt registreringsnummer: 926 725 939
Postadresse: C. J. Hambros plass 4
Postnummer: 0164
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞 Klageinstans
Navn: Klagenemndssekretariatet
Nasjonalt registreringsnummer: 912 660 680
Postadresse: Zander Kaaes gate 7
Postnummer: 5015
Poststed: Bergen
Land: Norge 🇳🇴
E-post: post@knse.no📧
Telefon: +47 55193000📞 Tjeneste hvor informasjon om klageprosedyren kan innhentes
Navn: Oslobygg KF
Nasjonalt registreringsnummer: 924 599 545
Postadresse: Grenseveien 78C
Postnummer: 0661
Poststed: Oslo
Land: Norge 🇳🇴
E-post: ole.eliesen@obf.oslo.kommune.no📧
Telefon: +47 90580245📞
URL: https://www.oslo.kommune.no/etater-foretak-og-ombud/oslobygg/🌏 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk betaling vil bli brukt
Kilde: OJS 2024/S 001-002183 (2023-12-28)
Kunngjøring av konkurranse (2024-01-22) Gjenstand Anskaffelsens omfang
Estimert verdi eksklusive mva: 0 NOK 💰
Beskrivelse
Utførelsessted: Oslo🏙️
Prosedyre Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-02-29 12:00:00 📅
Vilkår for åpning av tilbud: 2024-02-29 12:30:00 📅
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Tenderers must have the financial capacity to carry out the assignment/contract.: • The contracting authority will obtain a credit rating based on the last...”
Liste og kort beskrivelse av utvelgelseskriterier
Tenderers must have the financial capacity to carry out the assignment/contract.: • The contracting authority will obtain a credit rating based on the last known accounting figures. • The contracting authority reserves the right to obtain annual accounts or other documentation if this is necessary to evaluate the requirement. • Tenderers can present all documentation that they believe is relevant for the assessment of their financial capacity.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Tenderers shall have satisfactory environmental management measures for the services that shall be provided.: • A description of environmental management...”
Liste og kort beskrivelse av regler og kriterier
Tenderers shall have satisfactory environmental management measures for the services that shall be provided.: • A description of environmental management measures, including on procedures and check-lists for the services offered in the contract that cover the topics of waste and transport. or • Certificate for the tenderer's environmental management system or environmental management standards issued by independent bodies, f.eks. ISO 14001, Miljøfyrtårn ,EMAS.
Vis mer
Liste og kort beskrivelse av vilkår:
“The tenderer shall be a legally established company.: • Norwegian companies: Company Registration Certificate. Foreign companies: Proof that the company is...”
Liste og kort beskrivelse av vilkår
The tenderer shall be a legally established company.: • Norwegian companies: Company Registration Certificate. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Tenderers shall have good competence and experience from assignments of a comparable nature, size and complexity.: • Description of the tenderer ́s up to 3...”
Liste og kort beskrivelse av utvelgelseskriterier
Tenderers shall have good competence and experience from assignments of a comparable nature, size and complexity.: • Description of the tenderer ́s up to 3 most relevant contracts in the course of the last 5 years. The description must include a statement of the assignment ́s value, date and recipient. It is the tenderer ́s responsibility to document relevance through the description. • The contracting authority reserves the right to check the stated references.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Due diligence assessments: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments, cf. the contract's point B5....”
Liste og kort beskrivelse av utvelgelseskriterier
Due diligence assessments: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments, cf. the contract's point B5. 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, as well as prevent environmental degradation and corruption. NB! The requirements go further than the Openness Act, see Annex 3 factsheet assessments. Documentation: • The tenderer ́s detailed response form for due diligence assessments, annex 2 - response form - Due diligence assessments. • The following documentation shall be enclosed with the reply form and it can be delivered in English: in. Formal policy/guidelines that cover an obligation to comply with the requirements of responsible business. ii. Formal policy/guidelines for accountability for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. iii. Descriptions of the tenderer ́s processes and routines for how the company works with due diligence assessments. iv. Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products that the tenderer offers. This shall only be delivered if the procurement includes goods.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Tenderers shall have a satisfactory quality assurance system for the services that will be provided.: • The tenderer ́s description of quality assurance...”
Liste og kort beskrivelse av utvelgelseskriterier
Tenderers shall have a satisfactory quality assurance system for the services that will be provided.: • The tenderer ́s description of quality assurance measures, including procedures and check-lists for the services offered in the contract. or • Certificate for the tenderer's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015.