The assignment comprises operational and maintenance assignments for technical electrical and automation installations on national/european roads, with the accompanying side installations, side areas, equipment and installations in Buskerud county, as well as the E134 in Akershus county up until the Oslofjord tunnel, according to object lists given in chapter D2-V. The work will be settled with a round sum for the round sum processes, in accordance with the amounts and unit prices for other processes and as maths work in accordance with hourly rates for crews and machines. The contract will apply for the period from 1.9.2025, 00.00 to 31.8.2030, 24.00 for all the assignments that have been described.
Frist
Fristen for mottak av tilbud var 2025-03-04.
Anskaffelsen ble publisert 2025-01-27.
Kunngjøring av konkurranse (2025-01-27) Gjenstand Anskaffelsens omfang
Tittel: 9164 Buskerud Electro and Road lighting 2025-2030
Referansenummer: 24/27608
Kort beskrivelse:
“The assignment comprises operational and maintenance assignments for technical electrical and automation installations on national/european roads, with the...”
Kort beskrivelse
The assignment comprises operational and maintenance assignments for technical electrical and automation installations on national/european roads, with the accompanying side installations, side areas, equipment and installations in Buskerud county, as well as the E134 in Akershus county up until the Oslofjord tunnel, according to object lists given in chapter D2-V.
The work will be settled with a round sum for the round sum processes, in accordance with the amounts and unit prices for other processes and as maths work in accordance with hourly rates for crews and machines.
The contract will apply for the period from 1.9.2025, 00.00 to 31.8.2030, 24.00 for all the assignments that have been described.
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Drift av elektriske anlegg📦 Beskrivelse
Beskrivelse av anskaffelsen:
“The assignment comprises operational and maintenance assignments for technical electrical and automation installations on national/european roads, with the...”
Beskrivelse av anskaffelsen
The assignment comprises operational and maintenance assignments for technical electrical and automation installations on national/european roads, with the accompanying side installations, side areas, equipment and installations in Buskerud county, as well as the E134 in Akershus county up until the Oslofjord tunnel, according to object lists given in chapter D2-V.
The work will be settled with a round sum for the round sum processes, in accordance with the amounts and unit prices for other processes and as maths work in accordance with hourly rates for crews and machines.
The contract will apply for the period from 1.9.2025, 00.00 to 31.8.2030, 24.00 for all the assignments that have been described.
Vis mer
Tilleggsinformasjon:
“A tender conference will be held 11.02.2025 with meeting rooms at...”
Tilleggsinformasjon
A tender conference will be held 11.02.2025 with meeting rooms at Teams(12:00)
Vis mer
Tilleggsprodukter/-tjenester: Tunnelbelysning📦
Tilleggsprodukter/-tjenester: Reparasjon av elektrisk system📦
Tilleggsprodukter/-tjenester: Reparasjon, vedlikehold og tilhørende tjenester tilknyttet veier og annet utstyr📦
Tilleggsprodukter/-tjenester: Reparasjon og vedlikehold av elektriske motorer📦
Tilleggsprodukter/-tjenester: Reparasjon og vedlikehold av elektriske installasjoner i bygninger📦
Hovedsted eller utførelsessted:
“Buskerud County, Norway”
Utførelsessted: Viken🏙️ Varighet
Startdato: 2025-09-01 📅
Sluttdato: 2030-08-31 📅
Tildelingskriterier
Pris ✅
Pris (vekting): 100
Kvalitetskriterium (navn): The procurement is for the operation and maintenance of electrical installations on and along the national road.
The main objective of the contract is to operate and safeguard the existing electrical installations on and along the national road. There are few or no interventions with climate and environmental impact.
According to the Public Procurement Regulations (FOA) § 7-9 (4), award criteria in accordance with PPR § 7-9 (2) and (3) can be replaced with climate and environmental requirements if it is clear that this provides a better climate and environmental effect.
The climate and environmental impact of this procurement is mainly related to:
i) Transport of personnel
ii) Emissions from materials
iii) Handling waste
In this procurement, work hours for personnel make up the largest resource effort, and transport of personnel will give the largest climate footprint. Personnel vehicles are mainly light vehicles under 3.5 tons. At least 90% of all such transport shall occur with zero emission vehicles (electric or hydrogen vehicles). This is taken care of in chapter C2 point 34 Vehicle requirements.
Petrol or diesel powered vehicles used in the contract work require emissions level. Such vehicles shall as a minimum fulfil the Euro VI/6 or Stage IV standards. This is taken care of in chapter C3 point 27.3 Outer environment.
Materials make up a large part of the procurement. The total extent of the material deliveries is unknown at the time of the competition notice and is therefore not fully estimated in advance. The materials will mainly occur according to a need arisen and the contracting authority has full control over the procurement. The Contracting Authority emphasises the materials' climate and environmental profile with the concrete procurements. Materials that promote reuse are required, however. This is taken care of in chapter C2 point 30.4 Recycling and recycling.
Handling waste is a minor part of the execution of the contract. There are requirements as to how waste shall be handled for recycling and recycling. This is taken care of in chapter C2 point 30.5 Waste Management.
The tenderer is required to be certified in accordance with ISO 14001 Environmental Management System Requirements. This contributes to the tenderer having a systematic approach to environmental management in connection with the execution of the contract work. Tenderers will, thus, contribute to protecting the environment by preventing or curbing unfortunate environmental impact, upholding environmental obligations, improving the environmental performance, implementing environmental alternatives and communicating environmental information.
By setting minimum requirements in the contract, we are largely ensured a climate and environmental effect and we therefore consider the climate and environmental gains in this procurement to be better safeguarded through such a requirement position rather than the use of climate and environment as the award criteria.
Kvalitetskriterium (vekting): 0
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-03-04 11:00:00 📅
Vilkår for åpning av tilbud: 2025-03-04 11:00:00 📅
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:
“Economic and financial capacity: 1. Tenderers must have sufficient economic and financial capacity to fulfil the contract.
2. The tenderer's equity shall be...”
Liste og kort beskrivelse av utvelgelseskriterier
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 at least NOK 40 million per annum.
Documentation requirement:
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:
“Accident frequency rate (H1-verdi): Tenderers and key contract helpers ought to have an average H1 for the last three years lower than 10.
If the H1-value...”
Liste og kort beskrivelse av regler og kriterier
Accident frequency rate (H1-verdi): Tenderers and key contract helpers ought to have an average H1 for the last three years lower than 10.
If the H1-value is higher than 10, 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.
Documentation requirement:
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 10, 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.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Support from other entities for fulfilment of the qualification requirements.: The tenderer can, if necessary, rely on other companies' capacity to fulfil...”
Liste og kort beskrivelse av regler og kriterier
Support from other entities for fulfilment of the qualification requirements.: 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.
Documentation requirement:
Tenderers shall confirm that they fulfil this requirement when submitting their tender. In addition, each individual entity that the tenderer will use to submit a separate ESPD form when submitting a tender.
Tenderers shall, upon request from the contracting authority, present the following documentation proof:
• 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).
Documentation requirement:
Tenderers shall confirm that they fulfil this requirement when submitting their tender. In addition each individual entity in the (work) group shall submit separate ESPD forms when submitting a tender.
Tenderers shall, upon request from the contracting authority, present the following documentation proof:
• 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 to document the absence of rejection reasons are not issued in the tenderer's home country.
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:
“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, together with the tender, present 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 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. Date of birth can be deleted on copy of ID-doku
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:
• Operation and maintenance of...”
Liste og kort beskrivelse av utvelgelseskriterier
Relevant experience: Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from:
• Operation and maintenance of electrical tunnel installations
• Operation and maintenance of road lights
• Operation and maintenance of automation installations.
• Operation and maintenance of electrical machines in the tunnel.
• Operation and maintenance of electrical machines in the open air.
• Operation and maintenance of a traffic management system.
• Operation and maintenance of EKOM equipment.
• Roadworks warning and traffic deviations.
• Cleaning of road objects and technical rooms.
• Operation and maintenance of pump stations.
Documentation requirement:
The tenderer shall, together with the tender, present the following documentation:
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
contracting authority under the contract.
• Date of the delivery.
• The contract ́s value.
• Which work was carried out by the tenderer,
including as the main contractor or
sub-contractors and what work was carried out by
sub-contractors.
• A description of the contractual works,
including relevance for 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.
Documentation requirement:
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
- Responsible electrical installation manager.
- Responsible automation
- Quality management manager.
- HSE manager
Vis mer 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 2025/S 020-059883 (2025-01-27)