Tunnelbuilder Promoting the world's tunnelling industry to a huge qualified audience

View the Spanish Tunnelbuilder website View the Italian Tunnelbuilder website

Archive Search

Norway

Norway, Vestland County - no/274

Road

Closing Date: 23.02.2023 (Tender Closed)


Competitive procedure with negotiation, deadline 23/02/2023, for the upgrading of the Damsgard (2342 m, 2360 m) tunnel on Rv 555. For tender documents click here, where tenders must be sent. End of contract by 18/10/2025. Contact the Norwegian Public Roads Administration, attn Helge Forland, Moss, email helge.forland@vegvesen.no. Visit http://ted.europa.eu/udl?request=Seek-deliver&language=en&docid=041768-2023. Ref.n. 22/172061. 04/23.  

 

Norway-Moss: Construction work


2023/S 015-041768

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Statens vegvesen
National registration number: 971 032 081
Postal address: Skoggata 19
Town: Moss
NUTS code: NO082 Viken
Postal code: 1500
Country: Norway
Contact person: Helge Førland
E-mail: helge.forland@vegvesen.no
Internet address(es):
Main address: http://www.vegvesen.no
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/249176
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=350935&B=VEGVESEN
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=350935&B=VEGVESEN
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:


National road 555 Damsgård Tunnel, tunnel upgrade.


Reference number: 22/172061
II.1.2)Main CPV code
45000000 Construction work
II.1.3)Type of contract
Works
II.1.4)Short description:


Upgrades will be carried out for the electrical and technical control installations, site and construction engineering in the Damsgård Tunnel.


The Damsgård Tunnel is 2342/2360 metres long and was opened in 1993.


Tunnel profile: 2 x T9.5


Free height 4.5 metres


Width: 2 x 3.25 m (driving lane width).


Maximum gradient: 1 %


Average annual daily traffic/AADT 2020: 42,000


Portion of heavy traffic: 9%


Speed limit: 80 km/h, 70 and 50 km/h for the exit facing east


II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
45000000 Construction work
II.2.3)Place of performance
NUTS code: NO0A2 Vestland
Main site or place of performance:


Route code/county 4A.


II.2.4)Description of the procurement:


Upgrades will be carried out for the electrical and technical control installations, site and construction engineering in the Damsgård Tunnel.


The Damsgård Tunnel is 2342/2360 metres long and was opened in 1993.


Tunnel profile: 2 x T9.5


Free height 4.5 metres


Width: 2 x 3.25 m (driving lane width).


Maximum gradient: 1 %


Average annual daily traffic/AADT 2020: 42,000


Portion of heavy traffic: 9%


Speed limit: 80 km/h, 70 and 50 km/h for the exit facing east


II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
End: 18/10/2025
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 4
Objective criteria for choosing the limited number of candidates:


For this tender contest, the contracting authority will select up to 4 qualified tenderers that will be invited to submit tenders and participate in the negotiations, cf. chapter B3 of the tender documentation.


Selection amongst the qualified tenderers will be based on the contracting authority's evaluation of


which of the qualified tenderers best fulfils the following selection criteria:


• The tenderer's technical and professional qualifications in accordance with qualification requirement B2 point 2.4.1.


The evaluation will be based on the documentation of equivalent qualification requirements, cf. B2, point 2.4.1.


II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information


2023-02-09, at 12 meet at Marinevegen 2, 5141 Fyllingsdalen, possibly a hotel in the local area depending on the number registered. It will also be possible to participate via Teams. The deadline for registration for participation is 2023-02-06.


Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:


Tenderers must be a legally established company or a group of


tenderers that must be a legally established company.


The requirement also applies to businesses the tenderer relies on, cf. B2 point 4.1.


Tenderers must not be a unit that is affected by the ban in section §8n in the Ukraine sanction regulations.


III.1.2)Economic and financial standing
List and brief description of selection criteria:


Tenderers must have adequate economic and financial capacity to comply with the contractual obligations and, in addition, fulfil the following requirements:


1. Tenderers must have an equity of minimum NOK 40 million.


2. Tenderers must have an equity ratio of at least 10 %.


3. Tenderers must have an average annual turnover of minimum NOK 200 million in the last three fiscal years.


Minimum level(s) of standards possibly required:


See the tender documentation for further details.


III.1.3)Technical and professional ability
List and brief description of selection criteria:


Tenderers must have the sufficient experience of a relevant nature and degree of difficulty, including from the following central work:


1: The main disciplines included in the assignment are:


• Traffic flow and work notification


• Electricity, Ecom and automation for tunnels


• Blasting work for rock chambers and back ripping in tunnel, safety work, water and frost protection, construction and concrete work, headwater / water and sewage trench work.


• Model based project execution


Minimum level(s) of standards possibly required:


See the tender documentation for further details.


III.2)Conditions related to the contract
III.2.2)Contract performance conditions:


See the tender documentation for further details.


Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 23/02/2023
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 14/06/2023

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Oslo tingrett
Postal address: C.J. Hambros plass 4
Town: Oslo
Postal code: 0125
Country: Norway
E-mail: oslo.tingrett@domstol.no
Telephone: +47 22035200
VI.5)Date of dispatch of this notice:
17/01/2023



Permalink