Construction work (Норвегия - Тендер #47513281) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Норвегия (другие тендеры и закупки Норвегия) Организатор тендера: Statens vegvesen Номер конкурса: 47513281 Дата публикации: 27-10-2023 Источник тендера: Единая система закупок Европейского союза TED |
||
National road 3 Evenstad - Imsroa
Reference number: 23/47721The stretch is part of an important national goods corridor in the north-south direction. National road 3 through Østerdalen is the route alternative that has 80-90% of the heavy transport that goes on the road between Oslo and Trondheim. On national road 3 through Østerdalen, the main challenge is the road width and curvature, which are extra problematic as regards accidents and accessibility. In the National Transport Plan period 2018-2029, Evenstad – Imsroa has been one of several sub-stretches that are prioritised for improvement along national road 3.
The project includes alterations to national road 3 and improvements to the existing dual carriageway between Evenstad Bridge and Svingen, and a road along a new route to the east of the current road between Svingen and the junction with Birkebeinerveien to the south of Imsroa. The length of the improvement to the existing road is approx. 0.5 km and the construction of a new road approx. 5.0 km.
Three T-junctions are to be established on the stretch, two junctions with a left turn lane, and one junction with a passing lane.
Stor-Elvdal.
The stretch is part of an important national goods corridor in the north-south direction. National road 3 through Østerdalen is the route alternative that has 80-90% of the heavy transport that goes on the road between Oslo and Trondheim. On national road 3 through Østerdalen, the main challenge is the road width and curvature, which are extra problematic as regards accidents and accessibility. In the National Transport Plan period 2018-2029, Evenstad – Imsroa has been one of several sub-stretches that are prioritised for improvement along national road 3.
The project includes alterations to national road 3 and improvements to the existing dual carriageway between Evenstad Bridge and Svingen, and a road along a new route to the east of the current road between Svingen and the junction with Birkebeinerveien to the south of Imsroa. The length of the improvement to the existing road is approx. 0.5 km and the construction of a new road approx. 5.0 km.
Three T-junctions are to be established on the stretch, two junctions with a left turn lane, and one junction with a passing lane.
The current road will, together with the old national road route Innatilveien in the south, be maintained as a local road and offer for pedestrians and cyclists. These roads are to be improved in accordance with D2-10, D2-20, and D2-71 NA-circular letter 97/13, guidelines for technical requirements for roads that are to be reclassified - commencement of the Road Act §7.
The project also includes the establishment of matter removal at Rogner for uncompacted matter and commissioning a borrow pit after the removal has finished.
Selection amongst the qualified tenderers will be based on the contracting authority"s evaluation of
which of the qualified tenderers best fulfils the following criteria:
The tenderer"s technical and professional qualifications in accordance with qualification requirement B2 point 2.4.
The evaluation will be based on the documentation of equivalent qualification requirements, cf. B2, point 2.4.
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.
Documented by a certificate from the Register of Business Enterprises, or equivalent certificate of legal registration in the country where the tenderer, or the companies that will jointly constitute the tenderer, cf. B2 point 4.2, is established, and equivalent certificates for all entities the tenderer will rely on in order to be qualified, cf. B2 point 4.1.
Complete the table in chapter E1 point 2.1, and possibly complete points 2.2 and 2.3.
Completed self-declaration regarding conditions relating to the applicable sanction legislation, cf. annex 5 in chapter E1.
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.
Certificate issued by independent bodies, documenting that the tenderer is certified in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for environment management), or Eco-lighthouse. The independent body must be accredited by Norwegian Accreditation or an equivalent body in another EEA state. If a tenderer uses other businesses to fulfil the requirement, the tenderer must also account for how the environment management system of the supporting entity will specifically be incorporated in the relevant contract.
Certificate issued by independent bodies, documenting that the tenderer is certified in accordance with ISO 9001 (2015). The independent body must be accredited by Norwegian Accreditation or an equivalent body in another EEA state. If a tenderer uses other companies to fulfil the requirement, the tenderer must also account for how the quality management system of the supporting entity will specifically be incorporated in the relevant contract.
The tenderer"s Annual Financial Statements, Annual Report and audit report for the last three years and recent information (quarterly accounts) which is of significance to the tenderer"s fiscal figures.
A brief statement of information on the economic conditions or losses that are not documented other places, and that are required to be documented in accordance with Norwegian and/or international accounting standards.
An overview of any newly performed, ongoing or impending tax or public reviews of the tenderer’s business.
An overview of any significant incidents that have occurred after the most recently audited financial statements are issued.
Completed chapter E1 point 3.
Minimum level(s) of standards possibly required:Tenderers must have adequate economic and financial capacity to comply with the contractual obligations and, in addition, fulfil the following requirements:
Tenderers must have equity of minimum NOK 60 million.
Tenderers must have an equity ratio of at least 10 %.
Tenderers must have an average annual turnover of minimum NOK 150 million in the last three fiscal years.
A list, completed in chapter E1 point 4, of up to 6 but no less than 3 contracts that the tenderer has implemented or is implementing in the last five years, calculated from the submission deadline for participation in the contest. The minimum and maximum calculation is for the total number of reference projects, and is identical independent of whether the tenderer himself fulfils the qualification requirement alone or relies on others to fulfil the qualification requirement. The total number off 6 is the Toal for the qualification requirement in point 2.4. For working partnerships and where a tenderer relies on others, see point 4, the list must, cf. the form included in chapter E1, include the following for each of the contracts:
- Name of the supplier the reference concerns.
- Name of the recipient (contracting authority).
- Title of the contract
- The place where the project was carried out.
- Description of the contract work, including relevance in relation to the central work in this contract.
- What work was carried out by the tenderer himself and what work was carried out by sub-suppliers (contract facilitators).
- Which of the sub-suppliers (contract facilitators) listed in point f) are cooperating companies in the request for participation in the contest, cf. chapter B2 point 4.1, possibly 4.2.
- Dates of delivery.
- The value of the contract.
- Reference person/contact person at the contracting authority with contact information (telephone number and email address) and a statement of the person in question"s role in the contract. The tenderer is responsible for ensuring that the reference person"s contact information (telephone number and email address) is correct and that the reference persons is available and will provide a reference. The reference persons will be asked to assess whether the tenderer" description of the contract in accordance with letters a) to i) is correct. In addition, the reference persons will be asked to express their opinion on how good the execution of the most important work in the contract was. Conditions which will be evaluated are related to amongst other things:
- Organisation and management of contract work
- Traffic management in the construction phase
- Compliance with the contract"s requirements for quality and documentation of this, including MOM and surveying data
- Compliance of provisions and routines for health, safety, and the working environment, HSE
- Compliance with provisions and routines for the surrounding environment and climate
- Compliance with provisions for wages and working conditions
- Planning progress and compliance with deadlines
- Follow up during the warranty/claims period
- Use of apprentices
- Ability to cooperate with the contracting authority and other actors in the relevant reference project
- Follow-up requirements from other authorities and departments throughout the entire contract work
A description of the tenderer’s system for safeguarding HSE, and possibly ISO 45001 certificate. Documentation of audits for recent years, with confirmation from the person/persons who have carried out the audits.
Overview of H2 value for the last three years, for the tenderer and any suppliers the tenderer relies on to fulfil the technical and professional qualifications requirement in B2 point 2.4. cf. 4.1.
If the H2 value is higher than 12, an account must be given of the development tendency of the H2 value. Tenders must include a separate description of whether improvement measures have been implemented, and if available, documentation must be attached of the effect of the measures based on recent accident numbers.
Completed chapter E1 point 5.
Minimum level(s) of standards possibly required:Tenderers must have sufficient experience with the execution of road projects of a relevant nature and degree of difficulty.
Tenderers must have the sufficient experience of a relevant nature and degree of difficulty from the following central work:
- Road construction
- Concrete constructions
Tenderers must have sufficient experience with model based engineering design work of a relevant nature and degree of difficulty from the following central fields:
- Road installations
- Bridge structures
Tenderers must have experience from execution of central work mentioned above. It is not sufficient that a tenderer only has experience from, for example, managing a sub-contractor"s execution of the central works.
If the tenderer only has experience from, for example, managing sub-contractors, the tenderer must rely on other businesses that have the required experience from execution of the relevant central work, see B2 point 4.1.
The contracting authority has the right to give weight to any of their own or other contracting authorities" experiences beyond the given references, positive and negative, with the tenderer and any cooperating companies, c.f. point 4.
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.
If the H2 value is higher than 12, an account must be given of the development tendency of the H2 value. In such cases the contracting authority will carry out a general assessment based on the tenderer"s account, and can, on the basis of this, still qualify the tenderer on this point. Particular events and trends stated in the account will be emphasised in the general assessment.
If a tenderer is a working partnership (supplier consortium), the requirements apply for each of the participants.
The H2 value is defined as the number of work accidents with and without absence, divided by the hours worked multiplied by 10 to the power of 6.
A tender conference will take place 06.11.2023 at 12:00, meet at Ånestad builder"s barracks, Chausseèn 670, 2340 Løten. The tender conference can be held digitally as agreed. Registration for participation in the tender conference must be submitted via the Tender Management System (Norwegian abbreviation: KGV). There will not be an organised site inspection during the tender conference.