The competition is for inspection services in connection with the production and assembly of steel structures for Ramfjord Bridge. The inspection services include follow-up of the contractor's production and control, i.e. welding, welding control, geometry control, surface treatment, material control etc., for the Builder. The project is model based. The procurement also concerns assistance with reviewing and evaluating welding procedures, inspection procedures, work instructions, deviation reports etc. The inspection and inspection work will be carried out in close cooperation with the builder. The production of the steel box is anticipated to be carried out in the period summer 2024 to autumn 2025. The production site has not yet been decided, but it is expected to be in the Czech Republic and Poland.
Frist
Fristen for mottak av tilbud var 2024-07-05.
Anskaffelsen ble publisert 2024-05-31.
Kunngjøring av konkurranse (2024-05-31) Gjenstand Anskaffelsens omfang
Tittel: Purchase of inspection services for steel work E8 Sørbotn- Laukslett K20 Ramfjord bridge
Referansenummer: 23/216753
Kort beskrivelse:
“The competition is for inspection services in connection with the production and assembly of steel structures for Ramfjord Bridge. The inspection services...”
Kort beskrivelse
The competition is for inspection services in connection with the production and assembly of steel structures for Ramfjord Bridge. The inspection services include follow-up of the contractor's production and control, i.e. welding, welding control, geometry control, surface treatment, material control etc., for the Builder. The project is model based.
The procurement also concerns assistance with reviewing and evaluating welding procedures, inspection procedures, work instructions, deviation reports etc.
The inspection and inspection work will be carried out in close cooperation with the builder.
The production of the steel box is anticipated to be carried out in the period summer 2024 to autumn 2025. The production site has not yet been decided, but it is expected to be in the Czech Republic and Poland.
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Inspeksjon av broer📦 Beskrivelse
Beskrivelse av anskaffelsen:
“The competition is for inspection services in connection with the production and assembly of steel structures for Ramfjord Bridge. The inspection services...”
Beskrivelse av anskaffelsen
The competition is for inspection services in connection with the production and assembly of steel structures for Ramfjord Bridge. The inspection services include follow-up of the contractor's production and control, i.e. welding, welding control, geometry control, surface treatment, material control etc., for the Builder. The project is model based.
The procurement also concerns assistance with reviewing and evaluating welding procedures, inspection procedures, work instructions, deviation reports etc.
The inspection and inspection work will be carried out in close cooperation with the builder.
The production of the steel box is anticipated to be carried out in the period summer 2024 to autumn 2025. The production site has not yet been decided, but it is expected to be in the Czech Republic and Poland.
Vis mer
Tilleggsprodukter/-tjenester: Arkitekt-, konstruksjons-, ingeniør- og inspeksjonstjenester📦
Hovedsted eller utførelsessted:
“Ramfjorden in Tromsø municipality”
Utførelsessted: Troms og Finnmark🏙️
Utførelsessted: Hlavní město Praha 🏙️
Utførelsessted: Miasto Szczecin 🏙️
Utførelsessted: Olomoucký kraj 🏙️
Varighet: 1 (YEAR)
Tidsrammen nedenfor er uttrykt i antall år.
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-07-05 10:00:00 📅
Vilkår for åpning av tilbud: 2024-07-05 10:05:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“The tenderer's economic and financial capacity: The tenderer must have the financial capacity to carry out the contract.
Documentation requirement:...”
Liste og kort beskrivelse av utvelgelseskriterier
The tenderer's economic and financial capacity: The tenderer must have the financial capacity to carry out the contract.
Documentation requirement:
Annual financial statements for the last 3 fiscal years that
including the board's annual report,
income statement, balance sheet, notes, and
auditor's report.
and/or
- Credit evaluation/rating, not older than six months, and which is based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Quality Assurance System: Certificate for the company's quality system/management system issued by independent bodies that confirms the tenderer fulfils...”
Liste og kort beskrivelse av regler og kriterier
Quality Assurance System: Certificate for the company's quality system/management system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2002.
- The contracting authority will also accept other documentation that shows that
the tenderer has equivalent quality assurance measures. Here it must
as a minimum, a general description of the system ́s content is to be given.
including an overview of inspection plans and check-lists that are relevant for this contract.
Vis mer
Liste og kort beskrivelse av vilkår:
“The organisational and legal position of the tenderer.: Tenderers shall be a legally established company or consist of a community of
tenderers who are...”
Liste og kort beskrivelse av vilkår
The organisational and legal position of the tenderer.: Tenderers shall be a legally established company or consist of a community of
tenderers who are legally established companies.
The requirement also applies to entities that the tenderer will use.
Tenderers shall not be a unit that is affected by the ban in § 8n in the sanctions regulations of Ukraine.
Documentation requirement:
Certificate from the Register of Business Enterprises or an equivalent certificate of statutory registration in the country where the tenderer or the entities that jointly constitute the tenderer are established, as well as an equivalent certificate for all entities that the tenderer relies on in order to be qualified.
2. A completed self-declaration on the relation to the current sanctions law.
3. Upon request from the builder, the tenderer shall document who are real right holders in the tenderer, companies in the tenderer's group or companies that the tenderer has controlling ownership or authority in, companies that the tenderer relies on, contractual partners and any other in the supplier chain, as well as information on who is the general manager, chairman and other senior employees at the supplier.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“The tenderer ́s technical and professional qualifications.: Tenderers shall have competence and experience within the relevant service and shall have...”
Liste og kort beskrivelse av utvelgelseskriterier
The tenderer ́s technical and professional qualifications.: Tenderers shall have competence and experience within the relevant service and shall have carried out assignments of the same nature and degree of difficulty.
Documentation requirement:
A list of the most important deliveries and services performed during the past 7 years, including information about the value, time, and the name of the public or private recipients. A minimum of 3 (maximum 5) reference assignments must be reported. Unless certificates from previous contracting authorities are available in each of these specific reference projects, a reference person must be given, who is available in the phase where the tenders are assessed after the tender offer is submitted. The name and email of a reference person must be provided. Any certificate from the reference contracting authority shall state/confirm the reference assignment ́s nature, complexity and financial extent.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“NDT certification: Tenderers shall be certified as NDT inspector level II certified in
accordance with NS-EN ISO 9712:2012 or equivalent and with...”
Liste og kort beskrivelse av utvelgelseskriterier
NDT certification: Tenderers shall be certified as NDT inspector level II certified in
accordance with NS-EN ISO 9712:2012 or equivalent and with certification for visual
inspections, magnet powder testing, penetrant, ultrasound testing and radiography testing.
Documentation requirement:
Certificates prove that the tenderer is level II certified in accordance with NS-EN ISO 9712:2012.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Welding Coordinator: Tenderers shall fulfil the competence requirements for the welding coordinator given in NS-EN ISO 14731 annex A, or be able to document...”
Liste og kort beskrivelse av utvelgelseskriterier
Welding Coordinator: Tenderers shall fulfil the competence requirements for the welding coordinator given in NS-EN ISO 14731 annex A, or be able to document equivalent competence.
Documentation requirement:
Certificates/proof that the deliveror is the welding coordinator in accordance with NS-EN ISO 14731 Annex A or other documentation that demonstrates equivalent competence.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“FROSIO requirements: Tenderers shall be FROSIO certified in accordance with NS 476.
minimum level II or have equivalent qualifications.
Documentation...”
Liste og kort beskrivelse av utvelgelseskriterier
FROSIO requirements: Tenderers shall be FROSIO certified in accordance with NS 476.
minimum level II or have equivalent qualifications.
Documentation requirement:
Certificates/proof that show that the tenderer is certified in accordance with NS 476
minimum level II or have equivalent qualifications.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Geometry Control: Tenderers shall document relevant experience.
within geometry control for steel structures.”
Utfyllende informasjon Klageinstans
Navn: Oslo tingrett
Nasjonalt registreringsnummer: 926725939
Postadresse: C.J. Hambros plass 4
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 106-324827 (2024-05-31)