loading
  • NO-0033 Oslo, NO-2406 Elverum
  • 22.05.2017
  • Ausschreibung
  • (ID 2-261632)

Konkurranse om OPS-kontrakt for Rv. 3/rv. 25 Ommangsvollen — Grundset/Basthjørnet


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 22.05.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3 - max. 3
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Objektplanung Gebäude / Objektplanung Ver-/ Entsorgung / Objektplanung Verkehrsanlagen / Bauleitung, Objektüberwachung / Projektsteuerung / Finanzierung
    Sprachen Dänisch, Englisch, Norwegisch, Schwedisch
    Aufgabe
    The purpose of the procurement is to fulfill the need for a new road from Ommangsvollen in Løten municipality to Grundset and Grindalsmoen/Basthjørnet in Elverum.
    The procurement is carried out through qualification and tendering with negotiations.
    The project includes:
    The design, financing, construction, operation, management and maintenance of the project rv. 3 from Ommangsvollen in Løten to Grundset in Elverum, and new rv. 25 Åkroken — Grindalsmoen in Elverum, including associated intersections and roadside facilities
    The planning, financing and construction of diverted local roads and tracks, as well as footpaths and cycle paths adjacent to the new main road network.
    Design, financing and construction of the inspection site at Ånestad in Løten.
    Upon traffic opening the supplier will receive capital contribution of 2 600 000 000 000 NOK form the client. The operating period of the project is 20 years.
    Adresse des Bauherren NO-0033 Oslo
    Projektadresse NO-2406 Elverum
    TED Dokumenten-Nr. 133758-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      Norway-Oslo: Construction work

      2017/S 070-133758

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Norwegian Public Road Administration
      971 032 081
      Postboks 8142 Dep
      Oslo
      0033
      Norway
      Contact person: Bjor Grønnevet
      Telephone: +47 02030
      E-mail: MjE5T1dcXxtUX1xbW1JjUmEtY1JUY1JgUlsbW1w=
      NUTS code: NO

      Internet address(es):

      Main address: www.vegvesen.no

      Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/249176

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      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=184167&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=184167&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:

       

      Konkurranse om OPS-kontrakt for Rv. 3/rv. 25 Ommangsvollen — Grundset/Basthjørnet.

       

      Reference number: 16/186928
      II.1.2)Main CPV code
      45000000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      The purpose of the procurement is to fulfill the need for a new road from Ommangsvollen in Løten municipality to Grundset and Grindalsmoen/Basthjørnet in Elverum.

      The procurement is carried out through qualification and tendering with negotiations.

      The project includes:

      The design, financing, construction, operation, management and maintenance of the project rv. 3 from Ommangsvollen in Løten to Grundset in Elverum, and new rv. 25 Åkroken — Grindalsmoen in Elverum, including associated intersections and roadside facilities

      The planning, financing and construction of diverted local roads and tracks, as well as footpaths and cycle paths adjacent to the new main road network.

      Design, financing and construction of the inspection site at Ånestad in Løten.

      Upon traffic opening the supplier will receive capital contribution of 2 600 000 000 000 NOK form the client. The operating period of the project is 20 years.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      45100000
      45200000
      45213000
      45230000
      45233000
      45233100
      45233130
      45233139
      45233200
      45233300
      45300000
      45400000
      63712200
      66000000
      71000000
      71200000
      71300000
      71400000
      71500000
      71600000
      71700000
      71800000
      II.2.3)Place of performance
      NUTS code: NO
      II.2.4)Description of the procurement:

       

      The purpose of the procurement is to fulfill the need for a new road from Ommangsvollen in Løten municipality to Grundset and Grindalsmoen/Basthjørnet in Elverum.

      The procurement is carried out through qualification and tendering with negotiations.

      The project includes:

      The design, financing, construction, operation, management and maintenance of the project rv. 3 from Ommangsvollen in Løten to Grundset in Elverum, and new rv. 25 Åkroken — Grindalsmoen in Elverum, including associated intersections and roadside facilities

      The planning, financing and construction of diverted local roads and tracks, as well as footpaths and cycle paths adjacent to the new main road network.

      Design, financing and construction of the inspection site at Ånestad in Løten.

      Upon traffic opening the supplier will receive capital contribution of 2 600 000 000 000 NOK form the client. The operating period of the project is 20 years.

       

      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
      Value excluding VAT: 3 360 000 000.00 NOK
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 276
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 3
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

      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:

       

      Selection criteria:

      The supplier or the parties that jointly constitute the supplier must be legally established businesses.

      Documentation requirements:

      1. Certificate from the Register of Business Enterprises or equivalent certificate of statutory registration in the country where the supplier (if established) or the actors who jointly will constitute the supplier are established.

      2. A statement showing the supplier's ownership and ownership structure.

       

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

       

      Selection criteria:

      The supplier must have good economic and financial capacity in order to implement the contract.

      It is the organisational unit that represents the overall financing or guarantee capacity that is evaluated, i.e. the parent company that provides guarantees if the financing capacity rests on such a guarantee.

      Good economic and financial capacity will be assessed against the ratios set out below.

      The person or actors at the supplier who is/are primarily responsible for carrying out construction work must meet the following minimum requirements:

      — Annual turnover of at least 3 500 000 000 000 NOK for each of the three preceding financial years. If several parties will have primary responsibility for the construction, and they collectively but not individually meet the requirement, the requirement for this applies to them collectively, provided that they can document joint and several liability towards the supplier for the construction work.

      — Current ratio of 0.5 or more each for each of the three previous fiscal years. The requirement applies to each individual party.

      — Adjusted long-term debt-equity ratio of 2 or less for each of the three previous fiscal years. By adjusted long-term debt ratio it is meant the long-term debt less cash divided by equity. The requirement applies to each individual party.

      — Interest coverage (EBITDA/payable interest) must be equal to 1.5 or higher, for each of the three previous fiscal years. The requirement applies to each individual party.

      The person or parties at the supplier who will be included as co-owners of the supplier must meet the following minimum requirements:

      — Accumulated net worth (total value of assets minus all liabilities) must be equal to 600 000 000 NOK or more in each of the preceding three fiscal years. This requirement applies collectively for all co-owners.

      How the criterias are to be documented is described in B2 in the tender documents.

       

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

       

      3.4.1 Experience from similar projects.

      Selection criteria:

      The supplier must have extensive experience in infrastructure projects with works of a similar nature and complexity as the current contract, including design, construction, and operation and maintenance. The supplier must have experience in all phases of project implementation.

      The supplier must have experience of model-based design.

      The supplier must have experience with the implementation of infrastructure projects with a contract value over 700 000 000 NOK excluding VAT.

      The supplier must have completed infrastructure projects in a way that demonstrates good ability, good contract management and a good ability to cooperate with former and current clients.

      Circumstances that will be assessed include previous experience with:

      — The organisation and management of contract work,

      — The safeguarding of safety, security, health and the environment,

      — Planning for progress and compliance with contract deadlines,

      — Compliance with contract requirements for quality and documentation of this,

      — Ability to collaborate with the client(s) and other stakeholders in the project documented in the reference projects.

      The client will also place importance on information from their own assessment of the supplier and their subcontractors from previous work undertaken for the Norwegian Public Roads Administration and other public clients.

      Experience of financing PPP projects.

      Selection criteria:

      The supplier must have experience of arranging debt financing for at least one equivalent PPP project that has reached the operational phase.

      The supplier must have experience in obtaining equity financing for at least one corresponding PPP project that has reached the operational phase.

      The supplier must have experience of ownership of at least one corresponding PPP project that has reached the operational phase.

      By equivalent PPP project it is meant a long-term infrastructure project delivered by long-term private financing in a contract between the public sector and a private operator, where a significant proportion of the financial, structural and operational risk in the project is transferred to the private party.

      Organisational capacity and the necessary expertise.

      Selection criteria:

      The supplier must have the organisational capacity to fulfill the contract, with adequate staffing and the necessary expertise to implement all phases of the contract.

      System for safety, health and working environment (SHA).

      Selection criteria:

      The supplier must have a system that shows that the supplier is working pro-actively on safeguarding safety, health and the working environment (SHA), with relevance to equivalent transportation projects. The system must be subject to periodic revisions.

      Accident rate (H1-value).

      Selection criteria:

      The supplier or its key sub-contractors must have an average H1 for the last three years that is lower than 10.

      The H1-value is defined as the number of work accidents with absence relative to the hours worked multiplied by 10^6.

      Environmental.

      Selection criteria:

      The supplier must have a well-functioning and well-developed environmental management system based on ISO 14001:2004 (2015), the EU Eco-Management and Audit Scheme for environmental management (EMAS) or equivalent.

      Quality control.

      Selection criteria:

      The supplier must have a well-functioning quality management system for the delivery, based on ISO 9001:2015 or equivalent, with relevance to equivalent transportation projects. The system must be subject to periodic revisions.

      How the criterias are to be documented is described in B2 in the tender documents.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      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.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.5)Information about negotiation
      IV.1.6)Information about electronic auction
      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.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 22/05/2017
      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:
      Danish, English, Norwegian, Swedish
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Tender must be valid until: 02/07/2018
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      NPRA, Region East
      Postboks 1010 Nordre Ål
      Lillehammer
      2605
      Norway
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      06/04/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 10.04.2017
Zuletzt aktualisiert 10.04.2017
Wettbewerbs-ID 2-261632 Status Kostenpflichtig
Seitenaufrufe 84