Euroopa Liidu ametlik veebisait

92402-2025 - Hange

Teate vaade

Kokkuvõte

TED v2 - Viewer
Hange
NorraEhitustööd
E39 Fløyfjellstunnelen - replacement of shaft ventilation
NorraVestland (NO0A2)
Menetluse liikAvatud

Hankija
HankijaStatens vegvesen
E-posti aadresstone.gunn.myhre@vegvesen.no
NorraMoss

LOT-0000E39 Fløyfjellstunnelen - replacement of shaft ventilation
Ehitustööd
NorraVestland (NO0A2)
Kestus1 Aasta
Pakkumuste esitamise tähtaeg17/03/2025 - 11:00:00 (UTC)

Keeled ja vormingud

Ametlik keel (Allkirjastatud PDF)

BG
CS
DA
DE
EL
ES
ENLaadi alla allkirjastatud PDF-vorm
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGLaadi alla PDF-vorm
CSLaadi alla PDF-vorm
DALaadi alla PDF-vorm
DELaadi alla PDF-vorm
ELLaadi alla PDF-vorm
ESLaadi alla PDF-vorm
ENLaadi alla PDF-vorm
ETLaadi alla PDF-vorm
FILaadi alla PDF-vorm
FRLaadi alla PDF-vorm
GALaadi alla PDF-vorm
HRLaadi alla PDF-vorm
HULaadi alla PDF-vorm
ITLaadi alla PDF-vorm
LTLaadi alla PDF-vorm
LVLaadi alla PDF-vorm
MTLaadi alla PDF-vorm
NLLaadi alla PDF-vorm
PLLaadi alla PDF-vorm
PTLaadi alla PDF-vorm
ROLaadi alla PDF-vorm
SKLaadi alla PDF-vorm
SLLaadi alla PDF-vorm
SVLaadi alla PDF-vorm

Masintõlke HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Teade

Praegune keelAbi ikoon
29/2025
92402-2025 - Hange
Norra – Ehitustööd – E39 Fløyfjellstunnelen - replacement of shaft ventilation
OJ S 29/2025 11/02/2025
Hanketeade või kontsessiooniteade – üldkord
Ehitustööde hankelepingud
1. Hankija
1.1.
Hankija
Ametlik nimiStatens vegvesen
E-posti aadresstone.gunn.myhre@vegvesen.no
Hankija õiguslik vormKeskvalitsusasutus
Hankija tegevusÜldised avalikud teenused
2. Menetlus
2.1.
Menetlus
PealkiriE39 Fløyfjellstunnelen - replacement of shaft ventilation
KirjeldusThe work consists of replacing the shaft ventilation on the E39 Fløyfjell tunnel. The existing ventilation is from the construction year (1989) and has reached the expected lifetime. The tunnel consists of two lanes where shaft ventilation is located at the end of the individual lanes seen from the direction of travel. The work to be carried out consists of demolition of the existing installation and the establishment of of a new installation. The existing installation includes i.a. shaft fans, concrete walls, damper arrangements, temporary scaffolding, electrical installation and cables. The new installations include i.a. shaft ventilators, technical buildings, new electrical installations and cabling, dividing walls and fences. There is no option for locks downtime in the form of a closure of the tunnel. This is both to reduce the load on bypass routes and auka traffic in the central area. The tunnel is high traffic (ANNUAL DAILY traffic of approx. 45,000 for both lanes).
Menetluse tunnus3abac554-d240-4640-ba5a-f3802aecda80
Sisemine tunnus23/45164
Menetluse liikAvatud
2.1.1.
Eesmärk
Lepingu olemusEhitustööde hankelepingud
Peamine liigitus (cpv): 45000000 Ehitustööd
Täiendav liigitus (cpv): 42500000 Jahutus- ja ventilatsiooniseadmed, 45317000 Muud elektripaigaldustööd, 45350000 Mehaanilised paigaldused, 51100000 Elektri- ja mehaaniliste seadmete paigaldusteenused
2.1.2.
Lepingu täitmise koht
Riik – jaotus (NUTS)Vestland (NO0A2)
RiikNorra
LisateaveFløyfjells tunnel
2.1.4.
Üldine teave
LisateaveA tender conference will be held 2025-02-19, meet at Team meeting 12:00.
Õiguslik alus
Direktiiv 2014/24/EL
2.1.6.
Kõrvaldamise alused
Siseriikliku õiguse kohane samalaadne olukord, näiteks pankrotIs the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
PankrotIs the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
KorruptsioonIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Kokkulepe võlausaldajategaIs the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Kuritegelikus ühenduses osalemineIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Konkurentsi moonutamise eesmärgil teiste ettevõtjatega sõlmitud kokkuleppedHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Keskkonnaõiguse valdkonnas kohaldatavate kohustuste täitmata jätmineIs the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Rahapesu või terrorismi rahastamineIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
PettusIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Laste tööjõu kasutamine ja muud inimkaubanduse vormidIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
MaksejõuetusIs the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Tööõiguse valdkonnas kohaldatavate kohustuste täitmata jätmineIs the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Vara haldab likvideerijaSpecify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Valeandmete esitamine, teabe varjamine, ei suuda esitada nõutavaid dokumente ja on saanud selle menetluse kohta konfidentsiaalset teavetHave the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Ainult siseriiklikest õigusaktidest tulenevad kõrvalejätmise alusedApproved procedures for staffing conditions Does the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, approved procedures for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) paragraph, a-f? Serious errors that cause doubt about his professional integrity Has the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf.f. the procurement regulations § 24-2, (3) letter in?
Hankemenetluses osalemisega kaasnev huvide konfliktAre tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Otsene või kaude osalemine käesoleva hankemenetluse ettevalmistamiselHas the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Süüdi ametialaste käitumisreeglite olulises rikkumisesHas the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Ennetähtaegne lõpetamine, kahjutasu või võrreldavad sanktsioonidHas the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Sotsiaalõiguse valdkonnas kohaldatavate kohustuste täitmata jätmineIs the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Sotsiaalkindlustusmaksete tasumineHave tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Äritegevus on peatatudSpecify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Maksude maksmineHas the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terroriakti toimepanek või terroristliku tegevusega seotud õigusrikkumisedIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
5. Osa
5.1.
OsaLOT-0000
PealkiriE39 Fløyfjellstunnelen - replacement of shaft ventilation
KirjeldusThe work consists of replacing the shaft ventilation on the E39 Fløyfjell tunnel. The existing ventilation is from the construction year (1989) and has reached the expected lifetime. The tunnel consists of two lanes where shaft ventilation is located at the end of the individual lanes seen from the direction of travel. The work to be carried out consists of demolition of the existing installation and the establishment of of a new installation. The existing installation includes i.a. shaft fans, concrete walls, damper arrangements, temporary scaffolding, electrical installation and cables. The new installations include i.a. shaft ventilators, technical buildings, new electrical installations and cabling, dividing walls and fences. There is no option for locks downtime in the form of a closure of the tunnel. This is both to reduce the load on bypass routes and auka traffic in the central area. The tunnel is high traffic (ANNUAL DAILY traffic of approx. 45,000 for both lanes).
Sisemine tunnus23/45164
5.1.1.
Eesmärk
Lepingu olemusEhitustööde hankelepingud
Peamine liigitus (cpv): 45000000 Ehitustööd
Täiendav liigitus (cpv): 42500000 Jahutus- ja ventilatsiooniseadmed, 45317000 Muud elektripaigaldustööd, 45350000 Mehaanilised paigaldused, 51100000 Elektri- ja mehaaniliste seadmete paigaldusteenused
5.1.2.
Lepingu täitmise koht
Riik – jaotus (NUTS)Vestland (NO0A2)
RiikNorra
LisateaveFløyfjells tunnel
5.1.3.
Eeldatav kestus
Kestus1 Aasta
5.1.6.
Üldine teave
Reserveeritud osalemineOsalemine ei ole reserveeritud.
Hankeprojekt, mida ei rahastata ELi vahenditest
Hanke suhtes kohaldatakse riigihankelepingut (GPA)jah
LisateaveA tender conference will be held 2025-02-19, meet at Team meeting 12:00.
5.1.9.
Kvalifitseerimistingimused
Kriteerium
LiikMajanduslik ja finantsseisund
NimiEconomic and financial capacity
Kirjeldus1. Tenderers must have sufficient economic and financial capacity to fulfil the contract. 2. Tenderers shall have an equity percentage of at least 10%. 3. The average annual turnover in the last three years shall as a minimum correspond to annual turnover for the contract. Documentation requirement: Tenderers shall present the following documentation if requested by the contracting authority: 1. The tenderer's annual financial statement, annual report and auditor's report for the last three years and recent information (quarterly accounts) that is of importance to the tenderer's fiscal numbers. 2. A brief account of information on economic conditions or losses that are not documented elsewhere and which is required to be documented in accordance with Norwegian and/or international accounting standards. 3. An overview of any recently executed, ongoing or pending tax or public reviews of the tenderer's activities. 4. An overview of any events of significance that has taken place after publication of the last revised annual accounts. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial capacity by presenting any other document of relevance to the company's fiscal figures/economy. Tenderers shall justify why they cannot submit the documentation that the contracting authority has required.
Selle kriteeriumi kasutamineKasutatakse

Kriteerium
LiikMuu
NimiAccident frequency rate (H1-verdi)
KirjeldusTenderers and key contract helpers should have an average H1 for the last three years lower than 15. If the H1-value is higher than 15, an account shall be given of the developing trend of the H1-value and possibly the F-value, which will express the severity of any high H1-value. If the tenderer is a working partnership (supplier consortium), the requirements apply for each of the participants. The H1-value is defined as the number of work accidents with absence in relation to the hours work multiplied by 10 exalted in 6. Documentation requirement: 1. Overview of the company ́s H1-value and central contractual partners in the last three years. 2. If the H1-value is higher than 15, an account shall be given of the developing trend of the H1-value and possibly the F-value, which will express the severity of any high H1-value. In addition a separate account shall then be provided as to whether improvement measures have been implemented, and if so also documentation on the effectiveness of these measures.
Selle kriteeriumi kasutamineKasutatakse

Kriteerium
LiikMuu
NimiSupport from other entities for fulfilment of the qualification requirements.
KirjeldusThe tenderer can, if necessary, rely on other companies' capacity to fulfil the requirements for economic and financial capacity and/or the requirements for technical and professional qualifications. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. In addition, each individual entity that the tenderer will use to submit a separate ESPD form when submitting a tender. Tenderers shall, upon request from the contracting authority: • Documentation that shows that the tenderer can use the necessary resources for the entities that they will use, for example, a commitment statement from these businesses. The template for the commitment statement is published on: https://www.vegvesen.no/fag/veg-og-gate/konkurranser-og-kontraktsdokumenter/generelle-kontraktsdokumenter/. • Documentation that shows that the company(s), that the tenderer will use, fulfil the qualification requirement 'the tenderer ́s organisational and legal position'. • Documentation that shows that the company(s), that the tenderer will use, fulfil the relevant qualification requirements. • If a tenderer will use the capacity of other companies to fulfil the requirements for economic and financial capacity, a signed joint and several liability statement must be enclosed. The template for a joint and several liability statement is published on: https://www.vegvesen.no/fag/veg-og-gate/konkurranser-og-kontraktsdokumenter/generelle-kontraktsdokumenter/. If a tenderer will use the capacity of other companies to fulfil the requirements of relevant experience, these entities shall carry out the services or the building and construction work that requires such qualifications.
Selle kriteeriumi kasutamineKasutatakse

Kriteerium
LiikMuu
NimiSuppliers who participate in a working partnership
KirjeldusSeveral tenderers can participate in the competition jointly. The community must see to the necessary documentation that all the qualification requirements are met. The contracting authority will assess each individual supplier in the community against the provisions on rejection, cf. § 9-5 and § 24-2, this except the provision in § 9-5 (1) letter a) and § 24-2 (1) letter a) fulfilment of the qualification requirements, which will be applied to the jointly combined set. Tenderers who participate as a working partnership will be assessed collectively for the qualification requirements, with the exception of the requirements for the tenderer's organisational and legal position, documentation for absence of rejection reasons, tax certificates and authority for information on tax and duties (OSA). Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. In addition, each individual entity in the (work) group shall submit separate ESPD forms when submitting a tender. Tenderers shall, upon request from the contracting authority: • An account of the group (including each participant's role), each participant's organisation number, address and nationality. • The same documentation as individual tenderers shall be provided for each individual tenderer who participate in the group. • Declaration of joint and several liability to the contracting authority. The template for a joint and several liability statement is published on: https://www.vegvesen.no/fag/veg-og-gate/konkurranser-og-kontraktsdokumenter/generelle-kontraktsdokumenter/. The community of suppliers can, if necessary, rely on other entities to fulfil the qualification requirements, see the point on support from other companies to fulfil the qualification requirements. The contracting authority requires that the tenderer who fulfils the requirements for relevant experience shall carry out the services or the building and construction work that requires such qualifications.
Selle kriteeriumi kasutamineKasutatakse

Kriteerium
LiikMuu
NimiParticularly on newly established tenderers
KirjeldusA tenderer who is newly established and cannot present all the required documentation must be particularly careful to document and substantiate that they still have the prerequisites required to fulfil the contract. It is particularly important that such tenderers can document a sufficiently large workforce for the execution of the contract, including technical and professional qualifications. Newly established tenderers emphasise that it is the tenderer's ability as such to carry out the contract that is assessed, not individual persons ́ competence in isolation. If a newly established tenderer has experience from contracts, the most relevant contracts from which the tenderer has experience must be completed in accordance with the documentation requirements regarding relevant experience. This is even if the contracts are of such a nature that they do not fulfil the specified requirements. Missing or inadequate documentation in one or more of the requirements can result in the tenderer being rejected. Insufficient or incorrect completed response form can also lead to rejection. Tenderers who have established themselves within a new discipline can also be seen as newly established.
Selle kriteeriumi kasutamineKasutatakse

Kriteerium
LiikSobivus tegeleda kutsealase tööga
NimiESPD
KirjeldusThe European Self-Declaration Form (ESPD) The tenderer shall submit the European self-declaration form (ESPD) together with the tender. The provisions on rejection due to conditions at the tenderer are stated in the procurement regulations § 24-2. The European Self-Declaration Form (ESPD) applies as provisional documentation, among other things, so that there are no such reasons for rejection. Further documentation requirements for absence of rejection reasons are in the procurement regulations § 24-7, possibly also § 24-5 (1) if documentation of such measures is relevant. The documentation shall be submitted in accordance with the communication terms stated in chapter B1 and in accordance with the deadline set by the Contracting Authority, in the event that the Contracting Authority requires this. The certificates mentioned in § 24-7 (1) letter a) and b) must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or a tender. If the necessary certificates/documents for documenting the absence of rejection reasons are not issued in the tenderer's home country or the country where they are established, or if they do not cover all the rejection reasons mentioned in the procurement regulations § 24-2 (1) letter b, (2) and (3) letters a and b, the completed ESPD form applies as documentation for these conditions. The contracting authority will be able to conduct separate surveys related to the tenderer's activities, including participants in a supplier partnership and supported entities to the tenderer, as well as other conditions that are relevant to assess whether the tenderer can be qualified.
Selle kriteeriumi kasutamineKasutatakse

Kriteerium
LiikSobivus tegeleda kutsealase tööga
NimiTax Certificate
KirjeldusTenderers shall, upon request by the contracting authority, submit a tax certificate for VAT and tax certificates issued by a competent body in the tenderer's home country or the country where the tenderer is established. The certificate shall document whether the tenderer has fulfilled his obligations to pay taxes, duties and social security contributions. The certificate must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or a tender.
Selle kriteeriumi kasutamineKasutatakse

Kriteerium
LiikSobivus tegeleda kutsealase tööga
NimiAuthority for information on tax and duties (OSA)
KirjeldusAs a part of the Norwegian Public Roads Administration's struggle against labour crime, including black work and social dumping, a cooperation agreement has been signed between the Norwegian Public Roads Administration and the Norwegian Tax Administration. In connection with this, the Norwegian Public Roads Administration requires a signed authority for all of its suppliers, which gives the Norwegian Public Roads Administration an expanded right to an unlimited number of times to obtain information about the tax and sub-contractor's tax and duty conditions, as stated in the authority. If the winning tenderer does not already have a valid signed authority registered with the Norwegian Public Roads Administration/contracting authority, the authority shall be signed by the winning tenderer after the award of contract letter has been received, but before the contract is signed. The authorisation form is to be sent to the winning tenderer together with the award letter. Signed authority together with a colour copy of a passport, driving licence or national ID card (the latter for citizens within the EU/EEA/EFTA), shall be returned to the contracting authority as soon as possible and within 3 days. The date of birth can be deleted on a copy of the ID documentation, so that only the date of birth is given. Please note that the signed authority requirement also applies for all of the main service provider's sub-suppliers. The main service provider shall fulfil the contractual obligation downwards in the supplier chain. Prior to signing the contract, however, only signed authority is required from the main supplier, unless the sub-contractor is used to fulfil a qualification requirement in the competition. If so, the signed authority must be presented from both the main supplier and the sub-supplier. Signed authority from other sub-suppliers must be submitted and approved by the contracting authority before they can be used in the contract/project. The contracting authority draws attention to the fact that it may be necessary to reject the tenderer and any sub-suppliers who in the award letter are chosen as the winner of the competition, if, after the award, but prior to signing the contract, information will be received from the Norwegian Tax Administration regarding non fulfilment of tax and duty obligations etc. The award cannot, therefore, be considered final until there is an assessment of the obtained information that does not change the contracting authority ́s award decision. Emphasis is put on the fact that if no authority is signed from the main supplier and any sub-suppliers used in the qualification, this could be seen as a significant reservation to the contract which will result in both the main supplier and any sub-suppliers being rejected from the competition. The template for authorisation for tax and duty information (OSA) has been published in: https://www.vegvesen.no/fag/veg-og-gate/konkurranser-og-kontraktsdokumenter/generelle-kontraktsdokumenter/ Requirements of the tenderer ́s organisational and legal position. Tenderers shall be a legally established company or consist of a community of suppliers who are legally established companies. The requirement also applies to entities that the tenderer will use. Documentation requirement: Tenderers shall, upon request from the contracting authority, enclose a certificate from the Register of Business Enterprises or an equivalent certificate for statutory registration in the country where the tenderer or the entities that jointly constitute the tenderer are established, as well as certificates for all supporting entities.
Selle kriteeriumi kasutamineKasutatakse

Kriteerium
LiikSobivus tegeleda kutsealase tööga
NimiThe organisational and legal position of the tenderer.
KirjeldusTenderers shall be a legally established company or consist of a community of suppliers who are legally established companies. The requirement also applies to entities that the tenderer will use. Documentation requirement: Tenderers shall, upon request from the contracting authority, enclose a certificate from the Register of Business Enterprises or an equivalent certificate for statutory registration in the country where the tenderer or the entities that jointly constitute the tenderer are established, as well as certificates for all supporting entities.
Selle kriteeriumi kasutamineKasutatakse

Kriteerium
LiikTehniline ja kutsealane suutlikkus
NimiRelevant experience
KirjeldusTenderers shall have sufficient experience of a relevant nature and degree of difficulty from: • Electrical installation works in tunnels Documentation requirement: Tenderers shall present the following documentation if requested by the contracting authority: An overview of 3-5 contracts that the tenderer has carried out or executes during the last five years calculated from the tender deadline. The overview shall, cf. the form included in chapter E2, include, among other things, the following for each of the contracts: • Name of the recipient (contracting authority). • Contact person/reference person at the contracting authority with contact data (telephone number and email address) and a statement of their role at the contracting authority during the contract. • Date of the delivery. • The contract ́s value. • Which work was carried out by the tenderer, including as the main contractor or sub-contractor, and which work that were carried out by sub-contractors. • A description of what the contractual works were about, including relevance to the qualification requirement.
Selle kriteeriumi kasutamineKasutatakse

Kriteerium
LiikTehniline ja kutsealane suutlikkus
NimiImplementation ability:
KirjeldusThe tenderer shall: 1. Have the capacity and ability to handle predicted and unforeseen conditions in the contract. 2. Offer sufficient manpower to carry out the contract. 3. Have technical and professional competence and relevant experience with the key personnel offered for fulfilling the contract. Documentation requirement: Tenderers shall present the following documentation if requested by the contracting authority: 1. An overview of the tenderer's average workforce and the number of employees in the management in the last three years. 2. An overview of the manpower that the tenderer offers to carry out the contract, including an organisation plan for the contract. 3. CVs and job descriptions for key personnel, cf. chapter C, including the following resources: -Manager - Site Manager - HSE manager
Selle kriteeriumi kasutamineKasutatakse
5.1.10.
Pakkumuste hindamise kriteeriumid
Kriteerium
LiikHind
NimiLowest price
KirjeldusThe contracting authority will choose tenders on the basis of the lowest price.
Hindamise kaalukriteeriumi kategooriaKaal (protsentides, täpne)
Hindamiskriteerium – arv100
Kriteerium
LiikKvaliteet
NimiJustification for the use of climate and environmental requirements in the requirement specifications.
KirjeldusBonus for the use of emission free machines: A bonus has been introduced for use of emission free machines in this contract. Emission free machines shall have a machine weight of at least 1.5 tons. Contractors must ensure charging themselves, but as work takes place in urban areas, good charging infrastructure is expected. Emission free machines are defined such as machines powered by electricity or hydrogen. Emissions from site operations are documented and reported in monthly reports. A bonus of 200,000, excluding VAT will be given for each 8% emission free machine hours of total machine hours. The bonus is limited to NOK 2,000,000 excluding VAT. Requirements are documented and reported in monthly reports, see the contract part C2 point 30.8. In the basis of the bonus, only emission free machines and not light vehicles included. Examples: with 0-7% the bonus will not be paid out, with 8-15% the bonus will be paid out as 200,000, etc.
Hindamise kaalukriteeriumi kategooriaKaal (protsentides, täpne)
Hindamiskriteerium – arv0
5.1.11.
Hankedokumendid
Keeled, milles hankedokumendid on ametlikult kättesaadavadnorra keel
Sihtotstarbeline teabevahetuskanal
NimiEu-supply
5.1.12.
Hanke tingimused
Esitamise tingimused
Elektrooniline esitamineNõutav
Keeled, milles võib pakkumusi või osalemistaotlusi esitadanorra keel
Elektrooniline kataloogEi ole lubatud
Nõutav on täiustatud või kvalifitseeritud e-allkiri või e-tempel (nagu on määratletud määruses (EL) nr 910/2014)
VariandidEi ole lubatud
Pakkumuste esitamise tähtaeg17/03/2025 11:00:00 (UTC)
Teave avaliku avamise kohta
Avamise kuupäev17/03/2025 11:00:00 (UTC)
Lepingutingimused
Lepingu täitmine peab toimuma kaitstud tööhõive programmide raamesEi
E-arveldamineNõutav
Kasutatakse elektroonilisi tellimusijah
Kasutatakse elektroonilisi makseidjah
5.1.15.
Vahendid
RaamlepingEi kohaldata raamlepingut
Teave dünaamilise hankesüsteemi kohtaEi kohaldata dünaamilist hankesüsteemi
Elektrooniline oksjonei
5.1.16.
Lisateave, lepitus ja vaidlustus
VaidlustusorganOslo tingrett
8. Organisatsioonid
8.1.
ORG-0001
Ametlik nimiStatens vegvesen
Registreerimisnumber971032081
OsakondFellesfunksjoner
PostiaadressSkoggata 19
LinnMoss
Sihtnumber1500
RiikNorra
KontaktpunktTone Gunn Myhre
E-posti aadresstone.gunn.myhre@vegvesen.no
Telefon+90 203259
Internetiaadresshttps://www.vegvesen.no
Selle organisatsiooni rollid
Hankija
8.1.
ORG-0002
Ametlik nimiOslo tingrett
Registreerimisnumber926725939
PostiaadressC.J. Hambros plass 4
LinnOslo
Sihtnumber0125
RiikNorra
E-posti aadressoslo.tingrett@domstol.no
Telefon+47 22035200
Selle organisatsiooni rollid
Vaidlustusorgan
Teave teate kohta
Teate tunnus/versioondd2376a2-83f3-4ad7-b9ad-6c167e09064e  -  01
Vormi liikHange
Teate liikHanketeade või kontsessiooniteade – üldkord
Teate alaliik16
Teate saatmise kuupäev10/02/2025 08:59:12 (UTC)
Teate saatmise kuupäev (eSender)10/02/2025 09:12:38 (UTC)
Keeled, milles käesolev teade on ametlikult kättesaadavinglise keel
Teate avaldamise number92402-2025
ELT S väljaande number29/2025
Avaldamise kuupäev11/02/2025