Works - 36138-2018

25/01/2018    S17

Norway-Oslo: Construction work

2018/S 017-036138

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Statens vegvesen
National registration number: 971 032 081
Postal address: Postboks 8142 Dep
Town: Oslo
NUTS code: NO NORGE
Postal code: 0033
Country: Norway
Contact person: Rønnaug Bersås
E-mail: ronnaug.bersaas@vegvesen.no
Telephone: +47 02030
Internet address(es):
Main address: http://www.vegvesen.no
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/249176
I.1)Name and addresses
Official name: Møre og Romsdal fylkeskommune
Postal address: Postboks 2500
Town: Molde
NUTS code: NO053 Møre og Romsdal
Postal code: 6404
Country: Norway
E-mail: post@mrfylke.no
Internet address(es):
Main address: www.mrfylke.no
I.2)Information about joint procurement
The contract involves joint procurement
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=201860&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=201860&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:

County road 659 Nordøyvegen, K5 Skjeltene-Harøya

Reference number: 17/210289
II.1.2)Main CPV code
45000000 Construction work
II.1.3)Type of contract
Works
II.1.4)Short description:

County road 659 Nordøyvegen, is a mainland connection that shall connect the Nordøy islands in Sunnmøre to the mainland, via undersea tunnels and bridges. Nordøyvegen will give a ferry free road connection to Lepsøya, Haramsøya, Skuløya/Flemsøya and Fjørtofta in Haram municipality and Harøya in Sandøy municipality in Møre og Romsdal.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
44212100 Bridge
45221111 Road bridge construction work
45221241 Road tunnel construction work
45221247 Tunnelling works
45233120 Road construction works
II.2.3)Place of performance
NUTS code: NO053 Møre og Romsdal
Main site or place of performance:

Haram and Sandøy municipalities.

II.2.4)Description of the procurement:

County road 659 Nordøyvegen, is a mainland connection that shall connect the Nordøy islands to the mainland, via sea fillings, undersea tunnels and bridges. Nordøyvegen will give a ferry free road connection to Lepsøya, Haramsøya, Skuløya/Flemsøya and Fjørtofta in Haram municipality and Harøya in Sandøy municipality in Møre og Romsdal.

The Skjeltene — Harøya contract consists of the following main elements:

— Lepsøy bridge, 800 m long high bridge from Skjeltene on the mainland over the shipping lane to the sea filling by Lauka and Hestøya. Fairway: B x H = 100 x 41 m.

— The bridge is being announced with 2 alternatives; concrete cantilevered bridge and a concrete bridge with a steel box in the superstructure. Both alternatives have foundations on uncompacted material.

— Lauke bridge, 109 m long concrete slab bridge with 3 spans.

— Hamnaskjersund bridge, 200 m long concrete slab bridge with 7 spans.

— Haramsfjordt tunnel, from Hestøya to Austnes. Length 3500 m, bottom point contour line — 112.

— Dam and temporary cofferdam at the tunnel entrance at Hestøya.

— Nogvafjord tunnel, from Longva on Flemsøya to Fjørtofta. Length 5730 m, bottom point contour line – 135.

— Fjørtoftfjord tunnel, from Fjørtoft to Harøya. Length 3,680 m, bottom point contour line — 118.

— Burberg tunnel, environment tunnel at Fjørtofta. Length 170 m, of which approx. 60 m is rock and approx. 90 m is concrete.

— Road on a sea filling over Lepsøyrevet, total length 2735 m.

— Open air road not on the sea filling, total length 10 m.

— Conduits and preparatory electro work along the entire stretch.

Some approximate main amounts:

— Mass haulage of soil/unusable matter approx. 180 pf m3,

— Mass haulage of rock in open air, approx. 37 pf m3,

— Mass haulage of rock from tunnel, approx. 980 pf m3,

— Sea fillings, e.g. plastering 650 pa m3,

— Plastering approx. 133 m2,

— Portals 8, ca. 360 m,

— Water and frost protection approx. 260 m2,

— Technical buildings in open air, 6,

— Technical buildings in the tunnel, 10,

— Asphalt, approx. 105 tonnes,

— Conduits approx. 420 m,

— Piles for Hamnaskjersund bridge and Lauke bridge, approx. 1670 m,

— Reinforcement Hamnaskjersund bridge and Lauke bridge approx. 1000 tonnes,

— Prestressed steel Hamnaskjersund bridge and Lauke bridge approx. 17 340 mMN,

— Concrete Hamnaskjersund bridge and Lauke bridge approx. 4920 m3,

— Dredging work, Lepsøy bridge (FFB) approx. 20 pfm,

— Dredging work, Lepsøy bridge (steel) approx. 15 pf,

— Concrete, Lepsøy bridge (FFB) approx. 20 m3,

— Concrete, Lepsøy bridge (steel) approx. 13 m3,

— Reinforcement, Lepsøy bridge (FFB) approx. 3500 tonnes,

— Reinforcement, Lepsøy bridge (steel) approx. 2100 tonnes,

— Prestressed steel, Lepsøy bridge (FFB) approx. 80mMN,

— Steel box, Lepsøy bridge (steel) approx. 3800 tonnes,

— Concrete elements for access ramp protection, approx. 4100 tonnes.

The project will be carried out on the basis of drawings.

Electro work, which is not described in this contract, will be announced in a tender in spring 2019 as a separate turnkey contract K6 Electro. An option is included for Place A — Process 12.912 for transporting K6 Electro to this contract. See chapter A3 point 10.12 and chapter B3 point 7.3 for further information on the option. The provisional builders estimate for K6 Electro is NOK 210 000 000 excluding VAT. If the actual contract sum for K6 deviates from the estimate, the price of the option for transport will not be adjusted.

Lepsøy bridge will be announced with 2 equal alternatives, one with a cantilevered bridge (chapter D1 — Place B1B) and one with a steel box (chapter B1 — Place B1S) in the superstructure. Tenderers can choose which alternative they will submit a tender for. Tenders shall only be submitted for one of the alternatives.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
End: 01/06/2022
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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

A tender conference will be held on 27.2.2018 and 28.2.2018 at 10:15.

Meet on 27.2.2018 at Harøy school (Sandøyhagen, Skulevegen 28).

Further information on the tender conference will be given via the tender management tool.

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:

Tenderers shall be a legally established company.

Documentation requirement:

Company registration certificate foreign tenderers can submit an equivalent certificate in accordance with the legislation in the tenderer's country of establishment.

Qualification Requirement:

Tenderers/the supplier group must have sufficient experience of a relevant nature and degree of difficulty from the following works:

1: Tunnel driving in accordance with the method described in the tender documentation;

2. Water and frost protection;

3: Grouting before blasting to block leaks;

4: Road construction;

4 Constructions over/in the sea, with an equivalent extent as Lepsøy bridge;

5: Work/transport by barges on the sea in fairways equivalent to this contract

Documentation requirement:

A list of up to 5 but no less than 3 contracts that the tenderer has carried out or is carrying out in the last 5 years, calculated from the tender deadline. The list shall, cf. the form included in chapter E, include the following for each of the contracts:

— name of the recipient (contracting authority),

— description of what the contract work included, including its relevance for the qualification requirements, points 1 - 5,

— what work was carried out by the tenderer himself and what work was carried out by sub-suppliers (contract workers),

— the date of the assignment,

— the value of the contract,

— reference person/contact person at the contracting authority with contact data (telephone number and email address) and a statement of the person in question´s role at the contracting authority during the contract. The tenderer is responsible for ensuring that the reference person is available and will provide a reference.

The tenderer is required to show references to relevant contracts that they themselves have carried out in a satisfactory manner.

Conditions which will be evaluated are related to, a:

— documentation of completed quality.

— fulfilment of contracts.

— compliance with provisions and procedures for HSE.

— compliance with provisions for wages and working conditions.

— observance of deadlines.

— follow up during the warranty/claims period.

— use of apprentices.

Documentation requirement:

The qualification requirement is to be documented through the list described above in point 2.4.1.

The tenderer shall have a system that shows that he works proactively to ensure safety, health and working environment (SHA), with relevance for equivalent works as those comprised in this competition. The system shall be subject to periodic review.

Documentation requirement:

1. Description of the tenderer's system for SHA,

2. Table of contents of the system,

3. Documentation of audits for recent years, with confirmation from the person/persons who have carried out the audits.

The contracting authority and its central contractual partners ought to have an average H1 value lower than 10 in the last 3 years.

If the H1-value is higher than 10, 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 worked multiplied by 10 6.

Documentation requirement:

1. Overview of the H1 value for the company and central contract workers in the last 3 years;

2. If the H1 value is higher than 10, an account shall be given of the development tendency of

The H1 value and possibly the F value, which will state the seriousness in any high H1 value. Furthermore, a report shall be enclosed on whether improvement measures are implemented and if so, also documentation on the effectiveness of these.

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

Documentation requirement:

1. The tenderer's annual financial statements, annual report and audit report for the last three years and recent information (quarterly accounts) which is of importance to the tenderer's fiscal figures. The form in chapter E2 point 4 shall be completed;

2. If relevant; a brief statement on 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;

3. If relevant; an overview of any newly performed, ongoing or impending tax or public reviews of the tenderer’s business.

If the tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can document his economic and financial capacity by presenting any other document that is relevant to the fiscal figures/economy and that the Contracting Authority deems suitable. The tenderer shall substantiate why he can’t present the documentation required by the Contracting Authority.

Tenderers can, if necessary, rely on other companies' capacity to fulfil the economic and financial capacity requirements and/or the technical and professional qualification requirements stated in point 2.3 and 2.4 below, cf. § 16-10 (1).

The following documentation shall be submitted:

— Documentation stating that the tenderer will have the necessary resources at his disposal from the companies he is relying on, for example, by presenting a commitment statement from these companies,

— Documentation for the relevant qualification requirement for the company that the tenderer is relying on in accordance with the requirements in point 2.3 and/or 2.4, as well as documentation of the qualification requirements for the company in point 2.2,

— Versions of the European Self-Declaration Form (ESPD) for each company as part of the tender, cf. point 6.

Where a tenderer relies on the capacity of other companies to fulfil the economic and financial capacity requirements, the contracting authority requires that they are joint and severally liable for the execution of the contract cf. § 16-10 (4).

Minimum level(s) of standards possibly required:

Tenderers shall have good economic and financial capacity to fulfil the contract and shall fulfil the following requirements:

— tenderers must have positive equity,

— an average annual turnover of minimum NOK 2 000 000 000, for the three previous financial years,

— tenderers shall have an equity ratio of at least 10 %.

Before a contract is signed, the chosen tenderer shall present a tax and VAT certificate issued by a competent body in the tenderer's home country or the country where the tenderer is established, which shows that the tenderer has his tax, duty and social security contributions in order.

The contracting authorities ask that all tenderers are aware that if they are chosen as a supplier, the contracting authority will, when the competition is concluded, request equivalent tax and VAT certificates to that which the tenderer himself presented for each sub-supplier who will carry out work under the contract for more than NOK 500 000 excluding VAT, cf. the procurement regulations § 7.2 third section.

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

1. Certificate as documentation that the tenderer fulfils the requirements in the EU scheme for environmental management and environmental audit (EMAS) or other recognised environmental management systems in the regulation (EF) nº. 1221/2009 article 45 or other environmental management standards based on relevant European or international standards from accredited organs, e.g. ISO 14001, or equivalent certificates issued by organs in other EEA countries.

Other documentation of equivalent environmental management measures will be accepted if the tenderer does not have the possibility to obtain such certificates by the deadline, and this is not the tenderer’s fault. This requires that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards. Tenderers shall justify why they cannot obtain such certificates by the deadline and the reason for this;

2. Documentation of audits in recent years, with confirmation from the person/persons who have carried out the audits;

3. A certificate stating that the tenderer fulfils the requirements in ISO 9001:2015 or equivalent certification based on relevant European standard series, which are certified by accredited.

Organs or equivalent certificates issued by organs in other EEA countries.

— Other documentation of equivalent quality assurance measures will be accepted if the tenderer does not have the possibility to obtain such certificates with the deadline, and this is not the tenderer’s fault. This requires that the tenderer documents that these measures are equivalent to the requested quality assurance standards. Tenderers shall justify why they cannot obtain such certificates by the deadline and the reason for this.

4. Documentation of audits in recent years, with confirmation from the person/persons who have carried out the audits.

See the tender documentation, chapter B2:

— 3 other terms,

— 4 support from other entities and participation in a fellowship,

— 5 particularly for newly founded tenderers,

— 6 requirements regarding the tenderer´s documentation of the qualification requirements,

— 7 clarifications.

Minimum level(s) of standards possibly required:

The tenderer shall have a good and well functioning environmental management system, based on ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for environmental management) or equivalent. The system shall be subject to periodic review.

The tenderer shall have a well functioning quality assurance system for the delivery, based on ISO 9001:2015 or equivalent, with relevance for equivalent transport projects. The system shall be subject to periodic review.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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
Notice number in the OJ S: 2017/S 212-441608
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 07/05/2018
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:
Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 01/11/2018
IV.2.7)Conditions for opening of tenders
Date: 07/05/2018
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Statens vegvesen Region midt
Postal address: Postboks 2525
Town: Molde
Postal code: 6404
Country: Norway
E-mail: post@vegvesen.no
Internet address: www.vegvesen.no
VI.5)Date of dispatch of this notice:
23/01/2018