Sandakerveien in Oslo municipality shall be rehabilitated with two-sided pavement and elevated bicycle lanes. The design shall ensure good facilitation for pedestrians and cyclists, and bus stops and footpaths shall be upgraded with universally designed systems. The street ́s green character shall also be upgraded through the planting of trees and the establishment of rain beds for local surface water treatment. The project requires the alteration of cables and the establishment of new conveyor roads with extensive technical infrastructure below ground. Furthermore, water and sewage installations shall be renewed. The contract is an execution contract for construction work, based on NS 8405:2008 with the changes and supplements that are in Oslo municipality ́s standard contract formulas.
Frist
Fristen for mottak av tilbud var 2024-06-17.
Anskaffelsen ble publisert 2024-05-08.
Kunngjøring av konkurranse (2024-05-08) Gjenstand Anskaffelsens omfang
Tittel: 12-BYM-2023 Procurement of contractors for upgrading Sandakerveien-Nycoveien
Referansenummer: 23/2525
Kort beskrivelse:
“Sandakerveien in Oslo municipality shall be rehabilitated with two-sided pavement and elevated bicycle lanes. The design shall ensure good facilitation for...”
Kort beskrivelse
Sandakerveien in Oslo municipality shall be rehabilitated with two-sided pavement and elevated bicycle lanes. The design shall ensure good facilitation for pedestrians and cyclists, and bus stops and footpaths shall be upgraded with universally designed systems. The street ́s green character shall also be upgraded through the planting of trees and the establishment of rain beds for local surface water treatment. The project requires the alteration of cables and the establishment of new conveyor roads with extensive technical infrastructure below ground. Furthermore, water and sewage installations shall be renewed.
The contract is an execution contract for construction work, based on NS 8405:2008 with the changes and supplements that are in Oslo municipality ́s standard contract formulas.
Vis mer
Kontrakttype: Bygge- og anleggsarbeid
Produkter/tjenester: Bygge- og anleggsvirksomhet📦 Beskrivelse
Beskrivelse av anskaffelsen:
“Sandakerveien in Oslo municipality shall be rehabilitated with two-sided pavement and elevated bicycle lanes. The design shall ensure good facilitation for...”
Beskrivelse av anskaffelsen
Sandakerveien in Oslo municipality shall be rehabilitated with two-sided pavement and elevated bicycle lanes. The design shall ensure good facilitation for pedestrians and cyclists, and bus stops and footpaths shall be upgraded with universally designed systems. The street ́s green character shall also be upgraded through the planting of trees and the establishment of rain beds for local surface water treatment. The project requires the alteration of cables and the establishment of new conveyor roads with extensive technical infrastructure below ground. Furthermore, water and sewage installations shall be renewed.
The contract is an execution contract for construction work, based on NS 8405:2008 with the changes and supplements that are in Oslo municipality ́s standard contract formulas.
Vis mer
Tilleggsprodukter/-tjenester: Anleggsgartnerarbeid for veier og motorveier📦
Tilleggsprodukter/-tjenester: Bygge- og anleggsarbeid i forbindelse med vann- og avløpsrørledninger📦
Tilleggsprodukter/-tjenester: Bygge- og anleggsarbeid og følgearbeid i forbindelse med rørledninger og kabler📦
Tilleggsprodukter/-tjenester: Bygge- og anleggsarbeid, fundamentering og overflatearbeid i forb.med anlegg av veier📦
Tilleggsprodukter/-tjenester: Anlegg av vei📦
Tilleggsprodukter/-tjenester: Bygge- og anleggsarbeid i forbindelse med Gangsti📦
Tilleggsprodukter/-tjenester: Bygge- og anleggsarbeid i forbindelse med Sykkelsti📦
Tilleggsprodukter/-tjenester: Bygge- og anleggsarbeid i forbindelse med Brusteinlegning og asfaltering📦
Tilleggsprodukter/-tjenester: Grunnarbeid i forbindelse med anlegg av veier📦
Tilleggsprodukter/-tjenester: Grunnarbeid i forbindelse med anlegg av gater📦
Tilleggsprodukter/-tjenester: Grunnarbeid i forbindelse med anlegg av gangstier📦
Utførelsessted: Oslo🏙️ Varighet
Startdato: 2024-08-05 📅
Sluttdato: 2026-06-30 📅
Tildelingskriterier
Pris ✅
Pris (vekting): 60
Kvalitetskriterium (navn): Quality - Assignment Comprehension
Kvalitetskriterium (vekting): 20
Kvalitetskriterium (navn): Quality - Competence of key personnel
Kvalitetskriterium (navn): The Contracting Authority has a duty in accordance with the Public Procurement Act §5 to align its procurement practice so that it contributes to reducing harmful environmental impact and to promote climate-friendly systems when relevant. It follows from the Public Procurement Regulations §7-9 that the contracting authority as a starting point should weight climate and environmental considerations with a minimum of thirty percent. The contracting authority has set climate and environmental requirements in this contract instead, which according to the contracting authority ́s assessment give a significantly better climate and environmental effect, and the contracting authority is therefore excempt from weighting climate or environmental considerations by thirty percent.
The constructing sector is a significant source for Oslo municipality ́s direct emissions of climate gases (approx. 90% of direct emissions). The Norwegian Environment Agency estimates that the constructing sector nationwide accounted for approx. 2.2 million tonnes of CO2 ekv. per year since 2013. The construction and construction sector ́s emissions estimate that approx. 60% of the emissions are connected to road traffic in connection with. transport of matter, materials, waste and persons, but where the transport of matter is by far the largest single part of this (40%). Furthermore, the Norwegian Environment Agency estimates that diesel driven machines at building and construction sites account for approx. 40% of emissions from the sector. The reduction of direct emissions has therefore been - and continues to be a focus for the municipality ́s climate strategy in order to reduce greenhouse gas emissions and add a more fossile and emission free production in connection with. construction activities in the municipality.
The contractor intends to reduce the total negative climate and environmental impact of the implementation of the contract in connection with the implementation of this contract.
First of all there are requirements, with a few exceptions, that the contractor shall use emission free systems (i.e. battery electrical, cable electrical or hydrogen) at the construction site from the start of the construction to completion. All machinery and equipment used at the construction site shall be emission free. The contracting authority has except a few machines that they have not been able to document that exists in the market, or where work operations or quality requirements of some of these mean that it is not practically possible to use a zero emission alternative. In such a context, there will be no alternatives that could have given a better climate effect through any additional fulfilment of the requirements.
In order to reduce emissions in connection with. Heavy vehicle road traffic requires that contractors for transporting matter to/from the construction site shall use zero emission vehicles (i.e. battery electric or hydrogen) or biogas vehicles that as a minimum fulfil Euro class 6/VI. The requirement applies to the entire stretch of transport to or from the withdrawal place or final reception for the treatment of the masses. Compared to ordinary diesel that is still very common, there are clear improvements to setting requirements for climate neutral fuel and vehicles (biogas) or electric vehicles.
Beyond the requirements for reducing direct emissions, the contracting authority has also set a number of requirements for re-use of kerbstones, set a maximum for CO2 emissions of asphalt products, requirements for a recycling degree in asphalt and possibilities for LTA production etc.
The contracting authority estimates that the contractor ́s requirements are ambitious compared with most of the site sites in Norway as regards low emission implementation requirements. Compared to the use of award criteria where the contracting authority cannot guarantee these effects, there is an inherent risk that the additional cost of an electric machinery cannot offset the price range, all time traditional machines and vehicles are far less expensive alternatives.
The requirements therefore reduce the procurement ́s total climate footprint in a way that clearly gives a better climate effect as regards direct emissions of climate gases.
Kvalitetskriterium (vekting): 0
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-06-17 10:00:00 📅
Vilkår for åpning av tilbud: 2024-06-18 10:00:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 60
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirements connected to the tenderer's economic and financial capacity.: Tenderers must have sufficient economic and financial capacity to fulfil the...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements connected to the tenderer's economic and financial capacity.: Tenderers must have sufficient economic and financial capacity to fulfil the contract.
Documentation:
Tenderers shall submit a credit rating, not older than 3 months, that substantiates that the tenderer is credit worthy. The contracting authority reserves the right to obtain a separate credit assessment of the tenderer and any supporting activities. The contracting authority uses services provided by Dun & Bradstreet for credit appraisal.
If a tenderer will use the capacity of other companies to fulfil the economic and financial capacity requirements, the contracting authority requires that they are joint and severally liable for the execution of the contract. The contracting authority would, in such cases, request that the declaration of solidarity and commitment statement are enclosed with the tender. Supporting companies must also provide a separate ESPD.
If a tenderer cannot submit the requested documentation, and the contracting authority cannot obtain its own credit rating of the tenderer, for example, because of a newly started company, the tenderer can prove his economic and financial position with any other document that the contracting authority can accept, for example, a bank statement or a binding statement of credit worthiness.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av vilkår:
“Requirements connected to the tenderer's registrations, authorisations, etc.: Tenderers shall be registered in a company register or equivalent...”
Liste og kort beskrivelse av vilkår
Requirements connected to the tenderer's registrations, authorisations, etc.: Tenderers shall be registered in a company register or equivalent register.
Documentation:
Norwegian companies: Company registration certificate, register printout, trade register or similar.
Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Experience: Tenderers must have experience from previous assignments of an equivalent nature, size, scope and difficulty. Tenderers must have had the role...”
Liste og kort beskrivelse av utvelgelseskriterier
Experience: Tenderers must have experience from previous assignments of an equivalent nature, size, scope and difficulty. Tenderers must have had the role of main, general or turnkey contractor in the reference projects.
Documentation:
Tenderers shall state and provide a description of the three most relevant projects that have been carried out during the last five years.
The overview shall provide information on;
• Description of the assignment and relevance seen in relation to this project (Sandakerveien/Nycoveien)
• Role and responsibility the tenderer had in the assignment.
• Contract value
• Date and place the work was carried out.
• Name of the contracting authority.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Quality assurance: Tenderers shall have quality assurance measures adapted to the assignment ́s complexity, risk and aim, cf. the procurement regulations...”
Liste og kort beskrivelse av utvelgelseskriterier
Quality assurance: Tenderers shall have quality assurance measures adapted to the assignment ́s complexity, risk and aim, cf. the procurement regulations §16-6 (1) letter d.
Documentation:
Description of quality assurance measures, including a description of the tenderer's quality assurance methods.
If a tenderer is certified, it is sufficient to enclose a copy of a certificate issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2008 or equivalent.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Environmental management: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil...”
Liste og kort beskrivelse av utvelgelseskriterier
Environmental management: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract's environmental provisions. This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract, cf. the procurement regulations §16-6 (1) letter g.
Documentation:
Description of the tenderer's environmental management measures, including a description of the environment policy, climate and environmental objectives, conformity assessment and measures and routines with continual improvement measures.
If a tenderer has certificates from independent bodies that document an environmental management system relevant for the contract work, these can be presented as documentation. Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Simplified qualification requirements for responsible business.: Tenderers shall be suitable to fulfil contract requirements for due diligence assessments...”
Liste og kort beskrivelse av utvelgelseskriterier
Simplified qualification requirements for responsible business.: Tenderers shall be suitable to fulfil contract requirements for due diligence assessments for responsible businesses, cf. The contract form, chapter 22. 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.
Documentation:
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 policies/guidelines that cover an obligation to comply with the requirements of responsible businesses. Tenderers are encouraged to use Annex A.6.
The contracting authority will, and make tenderers aware that the tender documentation contains a response form for qualification requirements for due diligence assessments for
responsible business. See annex A.6. The reply form contains guidance that the tenderer is expected to use in order to minimise the risk of deviations from the tender requirements. Tenderers can submit other documentation for the requirements, but the contracting authority strongly encourages to use the form to document fulfilment of the qualification requirements. If a tenderer would like to use other companies to document fulfilment of the qualification requirement, a completed and signed commitment statement must be enclosed with the tender. The template for the commitment statement is attached in the tender documentation in Norwegian and can be also, upon request, also given in the English version. If the company that the tenderer relies on is foreign, the English version should be used to document the given obligation on qualification requirements for due diligence assessments. If a tenderer will use several companies to fulfil several qualification requirements, the Norwegian template should be used in addition to document commitment to other requirements than the requirement for due diligence assessments. Documents can be enclosed in English, Swedish and Danish in order to document fulfilment of the qualification requirements for due diligence assessments for responsible businesses.
Vis mer Vilkår knyttet til kontrakten
Vilkår for kontraktoppfyllelse:
“The contractual relationship will be regulated by NS 8405:2008 with the changes and supplements in Oslo municipality ́s contract formulas for NS 8405, Annex B.1.”
Vilkår for kontraktoppfyllelse
The contractual relationship will be regulated by NS 8405:2008 with the changes and supplements in Oslo municipality ́s contract formulas for NS 8405, Annex B.1.
Utfyllende informasjon Klageinstans
Navn: Oslo Tingrett
Nasjonalt registreringsnummer: 926 725 939
Postadresse: Postboks 2106 Vika
Postnummer: 0125
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2024/S 091-275470 (2024-05-08)