The project includes the construction of a new bridge, expansion of the existing railway culvert, a new junction with a roundabout on county road 40, alterations to adjoining roads, alterations to the old road junction with county road 2,782 on both sides of the existing bridge, restoration of an existing bridge to a foot and cycle bridge (foot and cycle bridge), as well as open air amphiphi (square) and foot path along the river on the west side.
Frist
Fristen for mottak av tilbud var 2025-03-07.
Anskaffelsen ble publisert 2025-01-13.
Kunngjøring av konkurranse (2025-01-13) Gjenstand Anskaffelsens omfang
Tittel: County road 40 – Flesberg municipality – Grettefoss bridge
Referansenummer: 2024/19701
Kort beskrivelse:
“The project includes the construction of a new bridge, expansion of the existing railway culvert, a new junction with a roundabout on county road 40,...”
Kort beskrivelse
The project includes the construction of a new bridge, expansion of the existing railway culvert, a new junction with a roundabout on county road 40, alterations to adjoining roads, alterations to the old road junction with county road 2,782 on both sides of the existing bridge, restoration of an existing bridge to a foot and cycle bridge (foot and cycle bridge), as well as open air amphiphi (square) and foot path along the river on the west side.
Vis mer
Kontrakttype: Bygge- og anleggsarbeid
Produkter/tjenester: Anleggsarbeid i forbindelse med bruer📦 Beskrivelse
Beskrivelse av anskaffelsen:
“The project includes the construction of a new bridge, expansion of the existing railway culvert, a new junction with a roundabout on county road 40,...”
Beskrivelse av anskaffelsen
The project includes the construction of a new bridge, expansion of the existing railway culvert, a new junction with a roundabout on county road 40, alterations to adjoining roads, alterations to the old road junction with county road 2,782 on both sides of the existing bridge, restoration of an existing bridge to a foot and cycle bridge (foot and cycle bridge), as well as open air amphiphi (square) and foot path along the river on the west side.
Vis mer
Hovedsted eller utførelsessted:
“Buskerud, Flesberg municipality, county road 40 Grettefoss br”
Utførelsessted: Viken🏙️ Varighet
Startdato: 2025-04-22 📅
Sluttdato: 2026-10-30 📅
Informasjon om elektroniske kataloger
Tilbud må presenteres i form av elektroniske kataloger eller inkludere en elektronisk katalog
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-03-07 11:00:58 📅
Vilkår for åpning av tilbud: 2025-03-07 11:01:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 69
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“The tenderer's economic and financial position.: Tenderers shall have good economic and financial capacity to carry out the contract and shall fulfil the...”
Liste og kort beskrivelse av utvelgelseskriterier
The tenderer's economic and financial position.: Tenderers shall have good economic and financial capacity to carry out the contract and shall fulfil the following requirements:
• Tenderers shall have an equity ratio (equity/total equity and liabilities) as a percentage of at least 15% for the last financial year.
Documentation requirement:
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. If relevant; 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. If relevant; an overview of any recently executed, ongoing or pending tax or public reviews of the tenderer's activities.
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 and which the contracting authority deems suitable. 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:
“The tenderer fulfils the stated qualification requirements:: All the qualification requirements specified in the tender documentation are fulfilled.”
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 suppliers 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 suppliers who are legally established companies.
Tenderers shall not be a unit that is affected by the ban in § 8n in the sanctions regulations of Ukraine.
Documentation requirement:
• Company Registration Certificate from the Register of Business Enterprises shall be enclosed with the tender.
• A completed self-declaration on the relation to the current sanctions law.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Relevant experience: Qualification requirement:
Tenderers shall have competence and sufficient experience of a relevant nature and degree of difficulty...”
Liste og kort beskrivelse av utvelgelseskriterier
Relevant experience: Qualification requirement:
Tenderers shall have competence and sufficient experience of a relevant nature and degree of difficulty from:
• Reinforced concrete constructions with spans and slack.
• Piling for foundations for the bridge
• Road construction county road.
• Electro: road lights, cables, cable pipes in the ground and earthing constructions
• Renovation of steel bridges
Documentation requirement:
A list of up to 5 and not less than 3 contracts that the tenderer has carried out or carry out during the last five years calculated from the tender deadline. The list shall, cf. the form included in chapter E, include the following for each of the contracts:
• Name of the recipient (contracting authority)
• A description of the contractual works, including relevance in relation to the qualification requirement points 1 and 2.
• What work was carried out by the tenderer and what work was carried out by sub-contractors (contractual partners).
• Date of the delivery.
• The contract ́s value.
• Reference person/gender neutral preferred at the contracting authority with contact data (telephone number and email address) and a statement of the relevant role at the contracting authority during the contract. The tenderer is responsible for ensuring that the reference person is available and gives reference.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Builders' experience: Buskerud fylkeskommunes and other builders ́ experiences with the tenderer will be appraised.
Tenderers are required to show...”
Liste og kort beskrivelse av utvelgelseskriterier
Builders' experience: Buskerud fylkeskommunes and other builders ́ experiences with the tenderer will be appraised.
Tenderers are required to show references to relevant contracts that they themselves have carried out in a satisfactory manner.
Conditions that can be assessed are:
• documentation of completed quality.
• fulfilment of contracts
• compliance with provisions and procedures for HSE
• compliance with provisions for wages and working conditions.
• keeping deadlines
• follow-up in the claims period.
• the use of apprentices
• use of skilled workers
Documentation requirement:
The qualification requirement is to be documented by certificates from references for at least three projects in the list described above in point B2.2.4.1.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Implementation ability: Qualification requirement:
1. The contract is required to have sufficient manpower and that the tenderer has the capacity and...”
Liste og kort beskrivelse av utvelgelseskriterier
Implementation ability: Qualification requirement:
1. The contract is required to have sufficient manpower and that the tenderer has the capacity and ability to handle unforeseen conditions in the contract.
2. Technical and professional competence and relevant experience is required of the key personnel who will be used for this assignment.
• Project manager minimum 5 years experience
• Site manager minimum 3 years experience
• Quality management manager, minimum 2 years experience
• HSE responsible minimum 2 years experience
Documentation requirement:
1. A description of the manpower that the tenderer has at his disposal for fulfilment of the contract.
2. Organisation plan and description of the organisation 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:
“HSE system: Qualification requirement:
Tenderers shall have a system that shows that they work proactively for safeguarding health, safety and the...”
Liste og kort beskrivelse av utvelgelseskriterier
HSE system: Qualification requirement:
Tenderers shall have a system that shows that they work proactively for safeguarding health, safety and the environment, with relevance to equivalent work included in this competition. The system shall be subject to regular audits.
Documentation requirement:
1. Description of the tenderer's system for safeguarding HSE in accordance with the HSE regulations.
2. Documentation of the audit in recent years with confirmation from the person/persons who have made the audit.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Accident rate (H2-value): Qualification requirement:
The tenderer, and the entities that he will use to fulfil the technical and professional qualification...”
Liste og kort beskrivelse av utvelgelseskriterier
Accident rate (H2-value): Qualification requirement:
The tenderer, and the entities that he will use to fulfil the technical and professional qualification requirements in B2 point 2.4 cf. 4.1, shall have an average H2 for the last three years lower than 15.
If the H2-value is 15 or higher, an account shall be provided of the developing trend for the H2-value. In such cases the contracting authority will undertake an overall assessment based on the tenderer ́s account and will, based on this, still be able to qualify the tenderer at this point. Particular events and trends in the account will be emphasised in the overall assessment.
The H2-value is defined as the number of work accidents with and without absence, divided by the hours performed multiplied by 106.
If the tenderer is a community of suppliers (supplier group), the requirements apply for each of the participants who will perform work on the contract.
Documentation requirement:
Overview of the H2-value in the last three years for the tenderer and any businesses that the tenderer will use to be qualified and for all participants in any supplier group who will perform work under the contract.
If the H2 value is 15 or higher:
a) A statement of the developing trend of the H2 value of the business and central contractual partners in the last three years.
b) A separate description of whether improvement measures have been implemented, and if there is, documentation on the effect of the measures based on "fresh" accident rates.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Outer environment: Qualification requirement:
Tenderers shall be certified or in the process of certification in accordance with ISO 14001, EMAS (EU...”
Liste og kort beskrivelse av utvelgelseskriterier
Outer environment: Qualification requirement:
Tenderers shall be certified or in the process of certification in accordance with ISO 14001, EMAS (EU Eco-Management and Audit Scheme for Environmental Management), or The Eco-Lighthouse, with relevance to equivalent transport projects.
Documentation requirement:
1. Certificate issued by an independent body that documents that the tenderer is certified in accordance with ISO 14001: 2015, EMAS (EU Eco-Management and Audit Scheme for environmental managment) or The Environmental Lighthouse Scheme. The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries.
2. If the tenderer is not certified, documentation must be presented from an independent body that documents that the tenderer is in a certification process. The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries. The documentation must show that the process is started at the latest 3 months before the tender deadline.
3. If the tenderer will use other companies to fulfil the requirement, the tenderer shall, in addition, give an account of how the environmental management system of the supporting company shall be concretely incorporated into the relevant contract.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Quality assurance: Qualification requirement:
Tenderers shall be certified or in the process of certification in accordance with ISO 9001:2015, with...”
Liste og kort beskrivelse av utvelgelseskriterier
Quality assurance: Qualification requirement:
Tenderers shall be certified or in the process of certification in accordance with ISO 9001:2015, with relevance for equivalent transport projects.
Documentation requirement:
1. Certificate issued by an independent body that documents that the tenderer is certified in accordance with ISO 9001:2015. The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries.
2. If the tenderer is not certified, documentation must be presented from an independent body that documents that the tenderer is in a certification process. The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries. The documentation must show that the process is started at the latest 3 months before the tender deadline.
3. If the tenderer relies on other companies to fulfil the requirement, the tenderer shall, in addition, give an account of how the quality management system of the supporting company shall be concretely incorporated into the relevant contract.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Documentation for absence of rejection reasons: The provisions on rejection due to conditions at the tenderer are stated in the procurement regulations §...”
Liste og kort beskrivelse av utvelgelseskriterier
Documentation for absence of rejection reasons: 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 case the contracting authority requires this. The certificates mentioned in § 24-7 (1) letter a) and b) shall not be older than 6 months from the tender deadline.
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 utvelgelseskriterier:
“Tax certificates - procurement regulations §7-2: Tenderers shall, together with the tender, present a tax and VAT certificate issued by a competent body in...”
Liste og kort beskrivelse av utvelgelseskriterier
Tax certificates - procurement regulations §7-2: Tenderers shall, together with the tender, present a tax and VAT certificate issued by a competent body in the tenderer's home country or the country where the tenderer is established, demonstrating that the tenderer has fulfilled his tax, duty and social security obligations prior to any contract signing.
Norwegian tenderers can order the certificate via the Tax Administration ́s websites, www.skatteetaten.no