Construction work (Норвегия - Тендер #43163341) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Норвегия (другие тендеры и закупки Норвегия) Организатор тендера: Statens vegvesen Номер конкурса: 43163341 Дата публикации: 26-06-2023 Источник тендера: Единая система закупок Европейского союза TED |
||
E39 Rogfast. Contract E02. Middle part of Boknafjord tunnel, completion of Kvitsøy tunnel.
Reference number: 23/19829The contest is for contract E02 on the E39, middle part of Boknafjord tunnel and completion of Kvitsøy tunnel.
Route code/county 4A.
The Boknafjord tunnel is built with two carriageways with cross section T10.5. The Kvitsøy tunnel is built with one carriageway with cross section T10. The Kvitsøy tunnel has been blasted, protected from rock, and built with a permanent superstructure, water and sewage installations in carriageway 18 in contract E15, and is to be completed in E02 with water-frost protection, equipping basins and technical buildings. The crossing between these two tunnels is designed as a rock fly-over with two roundabouts. The project will be implemented model-based. See the tender documentation for more detailed information.
Selection amongst the qualified tenderers will be based on the contracting authority"s evaluation of
which of the qualified tenderers best fulfil the following selection criterion:• The tenderer"s technical and professional qualifications in accordance with the 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.
The builder can take up an option to change the contract boundary in Boknafjord tunnel in order to get the best possible progress for the project as a whole. The contract boundaries are set to: Towards Harestad, E03: Profile 9650 in carriageway 12 and 9680 in carriageway 11.
A tender conference will take place on 09.08.2023 at 11.00, meet at Krågøy in
Kvitsøy. Registration for participation in the tender conference must be submitted via the Tender Management System (Norwegian abbreviation: KGV).
Tenderers must be a legally established company or consist of a group of contractors who are legally established companies. 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.
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 a minimum equity of NOK 100 million. 2. Tenderers must have an equity ratio of at least 10 %. 3. Tenderers must have an average annual turnover of minimum NOK 500 million in the last three fiscal years.
Minimum level(s) of standards possibly required:See the tender documentation for more detailed information.
Tenderers must have sufficient experience of a relevant nature and degree of difficulty, including from the following central work: Construction of tunnel installations for transport based on blasting, rock protection, and rock injection. Tenderers must have experience from execution of 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. Tenderers are required to show references for relevant contracts that they themselves have carried out in a satisfactory manner. Tenderers must have an HSE system that fulfils the requirements in the regulations on systematic health, environment, and safety work in entities (internal control regulations). The system will be subject to periodic audits. Tenderers, and the suppliers the tenderer will rely on to fulfil the requirement for technical and professional qualification in B2 point 2.4, cf. 4.1 must have an average H2 value lower than 12 for the last three years. Tenderers must be certified in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for environmental management), or the Eco-Lighthouse certification scheme, with relevance to equivalent public transport projects. Tenderers must be certified in accordance with ISO 9001 (2015) with relevance to comparable public transport projects.
Minimum level(s) of standards possibly required:See the tender documentation for more detailed information.
The form of contract is an execution contract. The contract type is unit price contract. C1 The applicable general contract terms are NS NS 8405:2008 Norwegian building and construction contract. C2: Special Contract Provisions for construction, the Norwegian National Roads Administration C3 Contract Document
A tender conference will take place on 09.08.2023 at 11.00, meet at Krågøy in
Kvitsøy. Registration for participation in the tender conference must be submitted via the Tender Management System (Norwegian abbreviation: KGV).