The assignment includes replacing, repairing and setting up new steel and concrete railings on national roads in Section East 2 (Lot: Ev and Rv in Oslo, Østfold, parts of Akershus, Buskerud south). The assignment can also include engineering design of the work. The extent of the work will depend on the ongoing need in the contract period and will be divided into lots. A decision on where the work shall be carried out and order will be made by the builder and it is planned in close cooperation with the tenderer. The planning and decision will be based on information on needs and available budgets. The stated quantities in chapter 1 are stated. D1 is the estimated scope for the contract period, based on the estimated available budgets and anticipated need. The amount performed can deviate significantly from the estimated scopes. The work will mainly be carried out at night (21:00-06:00) The work will be settled with a round sum for round sum processes, in accordance with amounts and unit prices for other processes and as maths work in accordance with hourly rates for crews and machines.
Frist
Fristen for mottak av tilbud var 2025-01-14.
Anskaffelsen ble publisert 2024-12-02.
Kunngjøring av konkurranse (2024-12-02) Gjenstand Anskaffelsens omfang
Tittel: Railings steel and concrete East 2 2025 (option 2026).
Referansenummer: 24/52830
Kort beskrivelse:
“The assignment includes replacing, repairing and setting up new steel and concrete railings on national roads in Section East 2 (Lot: Ev and Rv in Oslo,...”
Kort beskrivelse
The assignment includes replacing, repairing and setting up new steel and concrete railings on national roads in Section East 2 (Lot: Ev and Rv in Oslo, Østfold, parts of Akershus, Buskerud south).
The assignment can also include engineering design of the work.
The extent of the work will depend on the ongoing need in the contract period and will be divided into lots. A decision on where the work shall be carried out and order will be made by the builder and it is planned in close cooperation with the tenderer. The planning and decision will be based on information on needs and available budgets. The stated quantities in chapter 1 are stated. D1 is the estimated scope for the contract period, based on the estimated available budgets and anticipated need. The amount performed can deviate significantly from the estimated scopes. The work will mainly be carried out at night (21:00-06:00)
The work will be settled with a round sum for round sum processes, in accordance with amounts and unit prices for other processes and as maths work in accordance with hourly rates for crews and machines.
Vis mer
Kontrakttype: Bygge- og anleggsarbeid
Produkter/tjenester: Bygge- og anleggsvirksomhet📦 Beskrivelse
Beskrivelse av anskaffelsen:
“The assignment includes replacing, repairing and setting up new steel and concrete railings on national roads in Section East 2 (Lot: Ev and Rv in Oslo,...”
Beskrivelse av anskaffelsen
The assignment includes replacing, repairing and setting up new steel and concrete railings on national roads in Section East 2 (Lot: Ev and Rv in Oslo, Østfold, parts of Akershus, Buskerud south).
The assignment can also include engineering design of the work.
The extent of the work will depend on the ongoing need in the contract period and will be divided into lots. A decision on where the work shall be carried out and order will be made by the builder and it is planned in close cooperation with the tenderer. The planning and decision will be based on information on needs and available budgets. The stated quantities in chapter 1 are stated. D1 is the estimated scope for the contract period, based on the estimated available budgets and anticipated need. The amount performed can deviate significantly from the estimated scopes. The work will mainly be carried out at night (21:00-06:00)
The work will be settled with a round sum for round sum processes, in accordance with amounts and unit prices for other processes and as maths work in accordance with hourly rates for crews and machines.
Vis mer
Tilleggsinformasjon:
“A tender conference will be held on Teams Tuesday
10 December 2024 at 12:00.”
Tilleggsprodukter/-tjenester: Oppsetting av gjerde og rekkverk, installasjon av sikkerhetsutstyr📦
Tilleggsprodukter/-tjenester: Montering av rekkverk📦
Hovedsted eller utførelsessted:
“Lot: Ev and Rv i Oslo, Østfold, parts of Akershus, Buskerud south”
Utførelsessted: Oslo🏙️
Varighet: 1 (YEAR)
Tidsrammen nedenfor er uttrykt i antall år.
Informasjon om opsjoner
Opsjoner ✅
Beskrivelse av opsjoner:
“The parties can, by agreement, extend the contract to apply for a period of further 12 months.” Tildelingskriterier
Pris ✅
Pris (vekting): 100
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-01-14 11:00:00 📅
Vilkår for åpning av tilbud: 2025-01-14 11:05:00 📅
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 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 utvelgelseskriterier
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, upon request from the contracting authority, enclose a certificate from the Register of Business Enterprises or an equivalent certificate for statutory registration in the country where the tenderer or the entities that jointly constitute the tenderer are established, as well as certificates for all supporting entities.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirements of the tenderer's economic and financial capacity.: 1. Tenderers must have sufficient economic and financial capacity to fulfil the...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements of the tenderer's economic and financial capacity.: 1. Tenderers must have sufficient economic and financial capacity to fulfil the contract.
2. The tenderer's equity shall be positive.
3. The tenderer's annual average turnover for the last three years shall be
Minimum NOK 45 million per annum.
Tenderers shall present the following documentation if requested by the contracting authority:
1. The tenderer's annual financial statement, annual report and auditor's report for the last three years and recent information (quarterly accounts) that is of importance to the tenderer's fiscal numbers.
2. A brief account of information on economic conditions or losses that are not documented elsewhere and which is required to be documented in accordance with Norwegian and/or international accounting standards.
3. An overview of any recently executed, ongoing or pending tax or public reviews of the tenderer's activities.
4. An overview of any events of significance that has taken place after publication of the last revised annual accounts.
If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial capacity by presenting any other document of relevance to the company's fiscal figures/economy. Tenderers shall justify why they cannot submit the documentation that the contracting authority has required.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Support from other entities and participation in communities: The tenderer can, if necessary, rely on other companies' capacity to fulfil the requirements...”
Liste og kort beskrivelse av regler og kriterier
Support from other entities and participation in communities: The tenderer can, if necessary, rely on other companies' capacity to fulfil the requirements for economic and financial capacity and/or the requirements for technical and professional qualifications.
Tenderers shall submit the following documentation:
• Each of its versions of the European Self-Declaration Form (ESPD).
• Documentation that shows that the tenderer can use the necessary resources for the entities that they will use, for example, a commitment statement from these businesses.
• Documentation that shows that the company(s), that the tenderer will use, fulfil the qualification requirement 'the tenderer ́s organisational and legal position'.
• Documentation that shows that the company(s), that the tenderer will use, fulfil the relevant qualification requirements.
• If a tenderer will use the capacity of other companies to fulfil the requirements for economic and financial capacity, a signed joint and several liability statement must be enclosed.
If a tenderer will use the capacity of other companies to fulfil the requirements of relevant experience, these entities shall carry out the services or the building and construction work that requires such qualifications.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Suppliers who participate in a working partnership: Several tenderers can participate in the competition jointly. The community must see to the necessary...”
Liste og kort beskrivelse av regler og kriterier
Suppliers who participate in a working partnership: Several tenderers can participate in the competition jointly. The community must see to the necessary documentation that all the qualification requirements are met.
The contracting authority will assess each individual supplier in the community against the provisions on rejection, cf. § 9-5 and § 24-2, this except the provision in § 9-5 (1) letter a) and § 24-2 (1) letter a) fulfilment of the qualification requirements, which will be applied to the jointly combined set.
Tenderers who participate as a working partnership will be assessed collectively for the qualification requirements, with the exception of the requirements for the tenderer's organisational and legal position, documentation for absence of rejection reasons, tax certificates and authority for information on tax and duties (OSA).
Tenderers shall present, upon request, the following documentation proof:
• Each of its versions of the European Self-Declaration Form (ESPD).
• An account of the group (including each participant's role), each participant's organisation number, address and nationality.
• The same documentation as individual tenderers shall be provided for each individual tenderer who participate in the group.
• Declaration of joint and several liability to the contracting authority.
The community of suppliers can, if necessary, rely on other entities to fulfil the qualification requirements, see the point on support from other companies to fulfil the qualification requirements.
The contracting authority requires that the tenderer who fulfils the requirements for relevant experience shall carry out the services or the building and construction work that requires such qualifications.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Particularly on newly established tenderers: A tenderer who is newly established and cannot present all the required documentation must be particularly...”
Liste og kort beskrivelse av regler og kriterier
Particularly on newly established tenderers: A tenderer who is newly established and cannot present all the required documentation must be particularly careful to document and substantiate that they still have the prerequisites required to fulfil the contract.
It is particularly important that such tenderers can document a sufficiently large workforce for the execution of the contract, including technical and professional qualifications. Newly established tenderers emphasise that it is the tenderer's ability as such to carry out the contract that is assessed, not individual persons ́ competence in isolation.
If a newly established tenderer has experience from contracts, the most relevant contracts from which the tenderer has experience must be completed in accordance with the documentation requirements regarding relevant experience. This is even if the contracts are of such a nature that they do not fulfil the specified requirements.
Missing or inadequate documentation in one or more of the requirements can result in the tenderer being rejected. Insufficient or incorrect completed response form can also lead to rejection.
Tenderers who have established themselves within a new discipline can also be seen as newly established.
Vis mer
Liste og kort beskrivelse av vilkår:
“ESPD: The tenderer shall submit the European self-declaration form (ESPD) together with the tender.
The provisions on rejection due to conditions at the...”
Liste og kort beskrivelse av vilkår
ESPD: The tenderer shall submit the European self-declaration form (ESPD) together with the tender.
The provisions on rejection due to conditions at the tenderer are stated in the procurement regulations § 24-2. The European Self-Declaration Form (ESPD) applies as provisional documentation, among other things, so that there are no such reasons for rejection.
Further documentation requirements for absence of rejection reasons are in the procurement regulations § 24-7, possibly also § 24-5 (1) if documentation of such measures is relevant. The documentation shall be submitted in accordance with the communication terms stated in chapter B1 and in accordance with the deadline set by the Contracting Authority, in the event that the Contracting Authority requires this. The certificates mentioned in § 24-7 (1) letter a) and b) must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or a tender.
If the necessary certificates/documents for documenting the absence of rejection reasons are not issued in the tenderer's home country or the country where they are established, or if they do not cover all the rejection reasons mentioned in the procurement regulations § 24-2 (1) letter b, (2) and (3) letters a and b, the completed ESPD form applies as documentation for these conditions.
The contracting authority will be able to conduct separate surveys related to the tenderer's activities, including participants in a supplier partnership and supported entities to the tenderer, as well as other conditions that are relevant to assess whether the tenderer can be qualified.
Vis mer
Liste og kort beskrivelse av vilkår:
“Tax Certificate: Tenderers shall, upon request by the contracting authority, submit a tax certificate for VAT and tax certificates issued by a competent...”
Liste og kort beskrivelse av vilkår
Tax Certificate: Tenderers shall, upon request by the contracting authority, submit a tax certificate for VAT and tax certificates issued by a competent body in the tenderer's home country or the country where the tenderer is established. The certificate shall document whether the tenderer has fulfilled his obligations to pay taxes, duties and social security contributions.
The certificate must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or a tender.
Vis mer
Liste og kort beskrivelse av vilkår:
“Authority for information on tax and duties (OSA): As a part of the Norwegian Public Roads Administration's struggle against labour crime, including black...”
Liste og kort beskrivelse av vilkår
Authority for information on tax and duties (OSA): As a part of the Norwegian Public Roads Administration's struggle against labour crime, including black work and social dumping, a cooperation agreement has been signed between the Norwegian Public Roads Administration and the Norwegian Tax Administration. In connection with this, the Norwegian Public Roads Administration requires a signed authority for all of its suppliers, which gives the Norwegian Public Roads Administration an expanded right to an unlimited number of times to obtain information about the tax and sub-contractor's tax and duty conditions, as stated in the authority.
If the winning tenderer does not already have a valid signed authority registered with the Norwegian Public Roads Administration/contracting authority, the authority shall be signed by the winning tenderer after the award of contract letter has been received, but before the contract is signed. The authorisation form is to be sent to the winning tenderer together with the award letter. Signed authority together with a colour copy of a passport, driving licence or national ID card (the latter for citizens within the EU/EEA/EFTA), shall be returned to the contracting authority as soon as possible and within 3 days. The date of birth can be deleted on a copy of the ID documentation, so that only the date of birth is given.
Please note that the signed authority requirement also applies for all of the main service provider's sub-suppliers. The main service provider shall fulfil the contractual obligation downwards in the supplier chain. Prior to signing the contract, however, only signed authority is required from the main supplier, unless the sub-contractor is used to fulfil a qualification requirement in the competition. If so, the signed authority must be presented from both the main supplier and the sub-supplier. Signed authority from other sub-suppliers must be submitted and approved by the contracting authority before they can be used in the contract/project.
The contracting authority draws attention to the fact that it may be necessary to reject the tenderer and any sub-suppliers who in the award letter are chosen as the winner of the competition, if, after the award, but prior to signing the contract, information will be received from the Norwegian Tax Administration regarding non fulfilment of tax and duty obligations etc. The award cannot, therefore, be considered final until there is an assessment of the obtained information that does not change the contracting authority ́s award decision.
Emphasis is put on the fact that if no authority is signed from the main supplier and any sub-suppliers used in the qualification, this could be seen as a significant reservation to the contract which will result in both the main supplier and any sub-suppliers being rejected from the competition.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Relevant experience: Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from equivalent works included in the...”
Liste og kort beskrivelse av utvelgelseskriterier
Relevant experience: Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from equivalent works included in the contract.
Tenderers shall present the following documentation if requested by the contracting authority:
An overview of 3-5 contracts that the tenderer has carried out or executes during the last five years calculated from the tender deadline. The overview shall, cf. the form included in chapter E2, include, among other things, the following for each of the contracts:
• Name of the recipient (contracting authority).
• Contact person/reference person at the contracting authority with contact data (telephone number and email address) and a statement of the person ́s role at the contracting authority during the contract.
• Date of the delivery.
• The contract ́s value.
• What work was carried out by the tenderer, including as the main contractor or sub-contractor, and what work was carried out by sub-contractors.
• A description of what the contractual works were about, including relevance to the qualification requirement.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Implementation ability: The tenderer shall:
1. Have the capacity and ability to handle predicted and unforeseen conditions in the contract.
2. Offer...”
Liste og kort beskrivelse av utvelgelseskriterier
Implementation ability: The tenderer shall:
1. Have the capacity and ability to handle predicted and unforeseen conditions in the contract.
2. Offer sufficient manpower to carry out the contract.
3. Have technical and professional competence and relevant experience with the key personnel offered for fulfilling the contract.
Tenderers shall present the following documentation if requested by the contracting authority:
1. An overview of the tenderer ́s average workforce and the number of
employees in the management during the last three years.
2. An overview of the manpower that the tenderer offers for fulfilment of the contract, including a
organisation plan for the contract.
3. CVs and job descriptions for key personnel, cf. chapter C, including the following resources:
-Manager
- Site Manager
- Quality management manager.
- HSE manager
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Accident frequency rate (H1-verdi): Tenderers and key contract helpers ought to have an average H1 for the last three years lower than 15.
If the H1-value...”
Liste og kort beskrivelse av utvelgelseskriterier
Accident frequency rate (H1-verdi): Tenderers and key contract helpers ought to have an average H1 for the last three years lower than 15.
If the H1-value is higher than 15, an account shall be given of the developing trend of the H1-value and possibly the F-value, which will express the severity of any high H1-value.
If the tenderer is a working partnership (supplier consortium), the requirements apply for each of the participants.
The H1-value is defined as the number of work accidents with absence in relation to the hours work multiplied by 10 exalted in 6.
Tenderers shall, upon request from the contracting authority, present the following documentation proof:
1. Overview of the company ́s H1-value and central contractual partners in the last three years.
2. If the H1-value is higher than 15, an account shall be given of the developing trend of the H1-value and possibly the F-value, which will express the severity of any high H1-value. In addition a separate account shall then be provided as to whether improvement measures have been implemented, and if so also documentation on the effectiveness of these measures.
“A tender conference will be held on Teams Tuesday
10 December 2024 at 12:00.” 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 236-741796 (2024-12-02)
Kunngjøring av konkurranse (2024-12-05)
Endringer Ny verdi
Tekst:
“The contract will be awarded after the ranking of which tender has the lowest tender sum.
The builder in this contract will take CO2eq emissions into...”
Tekst
The contract will be awarded after the ranking of which tender has the lowest tender sum.
The builder in this contract will take CO2eq emissions into consideration in addition to price. This will help reduce the climate and environmental consequences of production and delivery of railing material.
Competition sum; i.e. the sum used to determine who is awarded the contract is calculated by the tender price being given a mark-up based on the amount of CO2eq emissions for the modules A1-A4. The tenderer with the lowest combined CO2eq emission (GWP-total), for the types of railings listed under the documentation requirement, will not be mark-up in the tender sum. The difference in emissions between the tenderer ́s tender and the tender with the lowest emissions is calculated for the other tenderers. This difference is priced at NOK 5 per kg co2eq. The estimate will thus be the difference given in kg CO2eq multiplied by NOK 5 per kg of CO2eq.
Example process number x: 30,000 lm railings
Supplier A delivers an EPD that shows a discharge of 80 kg CO2eq/lm railings; i.e. emissions total 2,400,000 kg CO2eq. Tenderer A has the lowest emissions and will not receive any mark-up in the competition sum.
Supplier B delivers an EPD showing a discharge of 85 kg CO2eq/lm railings; i.e. emissions total 2,550,000 kg CO2eq. The difference compared to the lowest emissions is (2,550,000 – 2,400,000) kg CO2eq and the estimate for supplier B will be 150,000 kg CO2eq * 5 KR/kg CO2eq = 750,000 NOK
Documentation requirement:
EPD shall be delivered in accordance with NS-EN 15804+A2:2019.
AN EPD shall be submitted for the processes listed below. The product in the DELIVERED EPD shall be in accordance with the requirements given in the processes in chapter D1.
Railing type Process number
Siderekkverk 75.281111-75.281114
75.281121-75.281123
75.281131-75.281133
Midtrekkverk 75.281211-75.281213
75.281221-75.281223
75.281231-75.281233
Side railings 75.282111-75.282114
75.282121-75.282123
75.282131-75.282133
Midtrekkeverk 75.282211-75.282213
75.282221-75.282223
75.282231-75.282233
EPD shall include the modules A1-A4. The starting point for calculating the A4 is that the railings shall be transported to Klemetsrudveien 2, Oslo. If the transport that forms the basis for A4 in the delivered EPD is not representative as regards, for example, the production place and/or the delivery place, the stated emission numbers in the EPD must be converted to the applicable transport distances. Alternatively, the transport calculator available at the lca.no can be used. Documentation of the calculation of A4, together with the production place for the railing, shall be submitted with the tender.
The declared unit shall be a lengthmeter (lm). If the declared unit in the EPD is not given in lm, a conversion factor must be given.