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: 17.01.2022 (Tender Closed)


Competitive procedure with negotiation, deadline 17/01/2022, for the Dalevag (1399 m), Dalseid (1809 m), Trollkone (734 m), Hyving (1347 m) and Hernes (3.3 km) tunnels upgrading on the E16. For tender documents click here, where tenders must be sent. End of contract by 15/06/2025. Contact the Norwegian Public Roads Administration, attn Erik Rothe, Moss, email firmapost@vegvesen.no. Visit http://ted.europa.eu/udl?request=Seek-deliver&language=en&docid=634075-2021. Ref.n. 20/15009. 49/21. 

 


Norway-Moss: Construction work

2021/S 240-634075

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: NO0A2 Vestland
Postal code: 1500
Country: Norway
Contact person: Erik Røthe
E-mail: firmapost@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=318220&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=318220&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:

E16 Dalevåg, Dalseid, Trollkone, Hyving and Hernes tunnels, tunnel upgrade

Reference number: 20/15009

II.1.2)Main CPV code

45000000 Construction work

II.1.3)Type of contract

Works

II.1.4)Short description:

Description of the contract area.

The Dalevåg, Dalseid, Trollkone, Hyving and Hernes tunnels on the E16 are to be upgraded in accordance with the tunnel safety regulations, so that they are safer for road traffic users. The project work consists of upgrades to the electrical and technical control installations, site and construction engineering, as well as traffic management in the tunnels. The tunnels are in Vaksdal Municipality and Voss herad. The portal on the west side of the Dalseid tunnel is to be extended 30-50m.

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

NUTS code: NO0A Vestlandet

NUTS code: NO Norge

Main site or place of performance:

Vaksdal and Voss municipality

II.2.4)Description of the procurement:

Description of the contract area.

The Dalevåg, Dalseid, Trollkone, Hyving and Hernes tunnels on the E16 are to be upgraded in accordance with the tunnel safety regulations, so that they are safer for road traffic users. The project work consists of upgrades to the electrical and technical control installations, site and construction engineering, as well as traffic management in the tunnels. The tunnels are in Vaksdal Municipality and Voss herad. The portal on the west side of the Dalseid tunnel is to be extended 30-50m.

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: 15/06/2025

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

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

The tender conference will take place 06.01.2022 (12:00), meeting at an hotel in the Bergen area.

It will also be possible to participate via Teams.

The tender conference can be held digitally due to the COVID-19 situation.

Registration for participation in the tender conference must be submitted via the Tender Management System (Norwegian abbreviation: KGV). Registration deadline: 03.01.2022.

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:

Overview and brief description of terms: The tenderer must be a legally established company or contain of a group of suppliers who are legally established companies. The requirement also applies to business that the tenderer relies on. Documentation requirement: 1. Certificate from the Register of Business Enterprises, or equivalent certificate of legal registration in the country where the tenderer, or the companies that jointly represent

the tenderer, c.f. point 4.2 is established. This also applies to all sub-suppliers, cf. point 4.1

Documentation requirement: 2. Completed table in chapter E1 point 3.2, possibly points 3.3 and 3.4.

III.1.2)Economic and financial standing

List and brief description of selection criteria:

The tenderer must have good economic and financial capacity to execute

the contract, and must also fulfil the following requirements:

1. The tenderer must have equity of minimum NOK 50 million.

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

3. Average annual turnover of minimum NOK 200 million in the three

previous financial years.

Minimum level(s) of standards possibly required:

See the tender documentation for detailed information.

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 from the following central work:

1:

The main disciplines included in the assignment:

-Electrical power, Ecom and automation in tunnel systems.

- Blasting work for rock chambers and back ripping in tunnels, safety work, water and frost protection, technical construction, portal work, ditch work.

- Traffic deviation, follow-me vehicle on the E road network

Tenderers must themselves have experience from the execution of the central work mentioned above. It is not sufficient if a tenderer only has experience from, for example, managing sub-contractors' execution of the central work. If a tenderer only has experience from, for example, managing sub-contractors, the tenderer must rely on other companies that have the required experience from the execution of the relevant central work, see B2, point 4.1.

NPRA and other builders' experiences with the tenderer will be appraised

The tenderer must have an HSE system that satisfies the requirements in the Regulations on Systematic

Health, Safety and Environment work in businesses (the Norwegian Internal Control Regulation) The system

will be subject to regular revisions

Tenderers, and the sub-contractors the tenderer relies on for complying the requirement for technical and

professional qualifications in B2 point 2.4. c.f point 4.1, must have an average H2 score

lower than 12 for the previous three years.

If the H2 score is higher than 12, an account must be given of the development tendency of the H2

score. In such cases the contracting authority makes an overall evaluation based on

the tenderer's statement, and based on this still be able to qualify

the tenderer on this point. Specific incidents and trends that are described in the statement

will be emphasized in the overall evaluation. If a tenderer is a working partnership (supplier consortium), the requirements apply for each of the participants.

-Tenderers must be certified in accordance with ISO 14001 (2015), EMAS (EU Eco-Management

and Audit Scheme for environmental management), or The Eco-Lighthouse scheme, with relevance to

equivalent road projects.

The tenderer must be certified in accordance with ISO 9001 (2015), with relevance to

equivalent road projects.

Minimum level(s) of standards possibly required:

See the tender documentation for more detailed information. This also includes a description on how

newly founded companies can participate in the invitation to tender.

III.2)Conditions related to the contract

III.2.2)Contract performance conditions:

C1. General contract terms NS 8405:2008 Norsk building and construction contract, C2 special contract terms for construction, the Norwegian Public Roads Administration. C3 Contract Document

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: 17/01/2022

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: 15/05/2022

Section VI: Complementary information

VI.1)Information about recurrence

This is a recurrent procurement: no

VI.2)Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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:

07/12/2021




Permalink