Construction work (Норвегия - Тендер #41475830) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Норвегия (другие тендеры и закупки Норвегия) Организатор тендера: Bergen kommune - Etat for bygg og eiendom Номер конкурса: 41475830 Дата публикации: 05-05-2023 Сумма контракта: 610 579 563 (Российский рубль) Цена оригинальная: 110 000 000 (Норвежская крона) Источник тендера: Единая система закупок Европейского союза TED |
||
EBE 07 - 2023 Framework agreement for services within ground and concrete
Reference number: 2023/18371The Agency for Buildings and Property (Norwegian: EBE) manages, operates, maintains and develops the municipality"s properties. The property mass consists of more than 1000 buildings of approx. 1.2 million m2 and 5000 vacant properties. Nearly 60 percent of the buildings are schools, nurseries, and nursing homes. The rest include office buildings, port buildings, fire stations, car parks, and sports halls.
In order to cover the agency"s needs for ongoing maintenance and operation of buildings and areas, Bergen municipality, through the Agency for Buildings and Property, intends to enter into a framework agreement as soon as possible with two tenderers for the provision of services within ground and concrete.
Bergen
The framework agreement will include the provision of a number of different types of work, for example:
- Excavation
- Maintenance and replacement of ditches and manholes (water and sewage works)
- Drainage
- Paving of spaces and minor road works
- Asphalt milling
- Concrete pavement and masonry (including formwork and reinforcement)
- Stairs
- Roadsides
- Securing walls and slopes
- Core drilling and concrete sawing.
- Fencing
- Underwater work (moulding)
- Rock protection
- Demolition/refurbishment
- Minor engineering design
The list of services included in the framework agreement is not exhaustive. Other services that are naturally related to the disciplines in this framework agreement may be added if needed during the contract period.
The framework agreement is divided into the following lots:
- Lot 1 - Bergenhus, Årstad, Åsane, and Arna
- Lot 2 - Fana, Ytrebygda, Laksevåg, and Fyllingsdalen
Lot 1 comprises approx. 70% of the estimated volume, but the estimated volume can vary between the lots due to unforeseen needs that can arise throughout the contract period. Tenderers can submit tenders for both lots, but only one lot will be awarded per tenderer, so that two different tenderers will be awarded contracts. If a tenderer submits the tender with the lowest comparative price for both lots, this tenderer will be awarded lot 1. The tenderer ranked as number two for lot 2 will then be awarded lot 2.
The contracting authority has entered into a framework agreement for landscaping work, including landscaping contracts. Work within ground and concrete in connection with call-offs on the landscaping agreement / landscaping contracts are not covered by this framework agreement.
The contracting authority also has other continuing contracts for services which, for some assignments, will border or overlap the assignments in this contract. The contracting authority will, in such cases, use the contracts in the most appropriate way.
It is emphasised that the Contracting Authority"s scope may vary based on actual needs and/or the budget may change during the framework agreement period.
The contracting authority reserves the right to hold separate contests where appropriate.
Option to extend for 1+1 year.
The framework agreement is divided into the following lots: Lot 1 - Bergenhus, Årstad, Åsane and Arna, Lot 2 - Fana, Ytrebygda, Laksevåg and Fyllingsdalen. Tenderers can submit tenders for both lots, but only one contract will be awarded per tenderer, so that two different tenderers will be awarded contracts. See Annex 1 - The contracting authority´s specifications, for further information.
Registered in a trade register or company register:
Tenderers must be registered in a company register or trade register in the member state where the tenderer is established. As described in annex XI of directive 2014/24/EU; tenderers from certain member countries can be required to fulfil other requirements in the mentioned annex.
Minimum requirements for the qualification requirements:
Description of the requirement/documentation: Tenderers must be a legally established company. Documentation: Tenderers registered in the Norwegian Register of Business Enterprises do not need to enclose documentation. The contracting authority will control the registration by using the organisation number provided in the tenderer"s Mercell profile. For tenderers that are not registered in the above-mentioned register, the tenderer must provide certificates or confirmation of registration (equivalent to a company registration certificate) in a trade register or company register as described in the legislation in the country where the tenderer is established. The certificate must not be issued more than 6 months prior to the tender deadline.
In regards to any other economic and financial requirements stated in the tender notice or in the procurement documents, the tenderer must verify:
Minimum level(s) of standards possibly required:Description of requirements/documentation: Minimum qualification requirement: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. The contracting authority will obtain a credit rating for each tenderer. The assessment will be based on the so-called credit rating assessment, i.e. a credit rating from a credit institution, a part judgement and historical rating of the respective tenderer. For this contract, creditworthiness with a requirement for a guarantee will be sufficient to fulfil the requirement. The tenderer"s credit rating must not be worse than B (low risk) or equivalent if another rating system is used (numerical assessment). Tenderers with a rating lower than "B” or equivalent will be rejected. Recently established Providers shall not have a score lower than AN (worthy of credit, recently established companies) or equivalent if a different form of score is used (assessment of figures). Recently established service providers can present a bank guarantee as proof of credit worthiness. Documentation for Norwegian tenderers: The contracting authority will obtain a credit assessment for the individual tenderer from DIFI"s eBevis, Proff Forvalt (https://forvalt.no/) and/or via information provided by Creditsafe (https://www.creditsafe.com). The contracting authority can also obtain further information from the Brønnøysund Register Centre. Note that the tender documentation includes guidelines on how tenderers can supplement available information if wanted. Documentation for foreign tenderers: Tenderers must, upon request, submit a credit rating report from a company that has a licence from the Norwegian Data Protection Authority to operate a credit information company in Norway, possibly from a company with the equivalent certification in a member country of the EU/EEA. The credit rating report must be based on updated accounting information.
1. Technical personnel or technical units: Tenderers can use the following technical personnel or technical units, particularly those who are responsible for quality assurance: Separate ESPD forms must be completed for technical personnel or technical units that do not directly belong to the tenderer"s company, but is capacity that the tenderer will rely on, cf. part II, section C.
2. Technical facilities and quality assurance measures: Tenderers use the following technical facilities and quality assurance measures, and the tenderer"s examination and research facilities are as follows:
3. Environmental measures: Tenderers can utilise the following environmental management measures for the implementation of the contract:
Minimum level(s) of standards possibly required:1. Minimum qualification requirement: Description of the requirement/documentation: Tenderers are required to have sufficient capacity to carry out the assignment in accordance with the contracting authority"s needs. For lot 1, the tenderer is required to have minimum 10 skilled workers who are not apprentices who can carry out assignments included in this contract. For lot 2, the contracting authority requires that the tenderer has minimum 5 skilled workers who are not apprentices who can carry out assignments included in this contract. Documentation: Tenderers must present an overview of skilled workers who are relevant for the implementation of this contract. We would prefer the overview to be given in tabular form. The overview must include the person"s professional qualifications, experience and how the person will be used in the delivery. All the stated resources must have sufficient capacity in the contract period to be used as described.
2. Minimum qualification requirement: Description of the requirement/documentation: The contracting authority requires that all tenderers have an established quality management system that is adequate for ensuring the quality of the work carried out under this contract. Documentation requirement: A description of the company´s implemented quality assurance system. Certificates must be submitted for the company"s quality management system, issued by independent bodies, confirming that the company meets specific quality management standards, for example ISO 9001. If a company does not have a certificate, other documentation of the company"s quality management system must be presented. In such cases, the following must, as a minimum, be submitted: * The system"s name and a detailed table of contents * A general description of the system"s contents, including an overview of check plans and check-lists that are relevant for this contract * An organisation chart that shows responsibilities in the quality assurance system * A description of procedures for internal control and handling deviations (work with corrective and preventive measures) * A description of how the system will be used to ensure quality in this contract. All submitted or collected documentation will form the basis for an overall evaluation of whether the qualification requirement is fulfilled.
3. Minimum qualification requirement: Description of the requirement/documentation: The contracting authority requires tenderers who have certification from independent third parties confirming that the tenderer has procedures and systems that ensure low environmental impact during the implementation of the delivery. Documentation requirement: Tenderers must submit certificates from independent bodies that document an established and satisfactory quality management system. Documentation is required stating that the tenderer is environmentally certified in accordance with ISO 14001, is an Environmental Lighthouse company, is certified by EMAS, or is certified by equivalent third parties. If the tender does not have a certificate, other documentation of the tenderer´s environmental management system must be presented. In such cases, the following must, as a minimum, be submitted: * The system"s name and a detailed table of contents * A general description of the system"s contents, including an overview of check plans and check-lists that are relevant for this contract * An organisation chart that shows responsibilities in the quality assurance system * A description of procedures for internal control and handling deviations (work with corrective and preventive measures) * A description of how the system will be used to ensure quality in this contract. All submitted or collected documentation will form the basis for an overall evaluation of whether the qualification requirement is fulfilled.
The framework agreement is divided into the following lots: Lot 1 - Bergenhus, Årstad, Åsane and Arna, Lot 2 - Fana, Ytrebygda, Laksevåg and Fyllingsdalen. Tenderers can submit tenders for both lots, but only one contract will be awarded per tenderer, so that two different tenderers will be awarded contracts. See Annex 1 - The contracting authority´s specifications, for further information.