Tender Details
Title
Norway – Construction work – Framework agreement - Logging and post-growth clearing of the Sørlands railway with side lanes Place of performance: Other or Not Specified Main nature of the contract: Services,Works Official name: Bane NOR SF Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation
Country
Language
English
Organization
Published Date
03.11.2023
Deadline Date
05.12.2023
Overview
671964-2023 - Competition Competition Norway: Construction work Framework agreement - Logging and post-growth clearing of the Sørlands railway with side lanes Estimated value excluding VAT: 180 000 000,00 NOK Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation Buyer Buyer: Bane NOR SF Norway, HAMAR LOT-0001: B2 Competition Rules Construction work Estimated value excluding VAT: 180 000 000,00 NOK Deadline for receipt of requests to participate: 05/12/2023 - 12:00:58 (UTC+1) LOT-0002: Qualification Requirements Construction work Estimated value excluding VAT: 180 000 000,00 NOK Deadline for receipt of requests to participate: 05/12/2023 - 12:00:58 (UTC+1) 671964-2023 - Competition Norway – Construction work – Framework agreement - Logging and post-growth clearing of the Sørlands railway with side lanes OJ S 212/2023 03/11/2023 Contract or concession notice – standard regime Services - Works 1. Buyer 1.1. Buyer Official name: Bane NOR SF Activity of the contracting entity: Railway services 2. Procedure 2.1. Procedure Title: Framework agreement - Logging and post-growth clearing of the Sørlands railway with side lanes Description: Bane NOR SF invites tenderers to participate in a competition for a framework agreement for logging and after-growth clearance on the Sørland railway and Vestfold railway, with side railways. Procedure identifier: d8acad22-edab-49ce-b48b-59377271ff43 Internal identifier: 202306054 Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45000000 Construction work Additional classification (cpv): 77200000 Forestry services 2.1.3. Value Estimated value excluding VAT: 180 000 000,00 NOK Maximum value of the framework agreement: 180 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/25/EU 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 2 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 2 2.1.6. Grounds for exclusion: Analogous situation like bankruptcy under national law: Is the economic operator in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract. Bankruptcy: Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract. Corruption: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgement for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator. Arrangement with creditors: Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract. Participation in a criminal organisation: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgement for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42). Agreements with other economic operators aimed at distorting competition: Has the economic operator entered into agreements with other economic operators aimed at distorting competition? Breaching of obligations in the fields of environmental law: Has the economic operator, to its knowledge, breached its obligations in the fields of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU. Money laundering or terrorist financing: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgement for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15). Fraud: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgement for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48). Child labour and other forms of trafficking in human beings: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgement for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1). Insolvency: Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract. Breaching of obligations in the fields of labour law: Has the economic operator, to its knowledge, breached its obligations in the fields of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU. Assets being administered by liquidator: Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Can the economic operator confirm the four exclusion grounds, that it has not been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, that it has not withheld such information, it has been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and it has not undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award? Conflict of interest due to its participation in the procurement procedure: Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure? Direct or indirect involvement in the preparation of this procurement procedure: Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure? Guilty of grave professional misconduct: Is the economic operator guilty of digging professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents. Early termination, damages or other comparable sanctions: Has the economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract? Breaching of obligations in the fields of social law: Has the economic operator, to its knowledge, breached its obligations in the fields of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU. Payment of social security contributions: Has the economic operator breached its obligations related to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment? Business activities are suspended: Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract. Payment of taxes: Has the economic operator breached its obligations related to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment? Terrorist offences or offences linked to terrorist activities: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgement for terrorist offences or offences linked to terrorist activities, by conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions continues to be applicable? As defined in Articles 1 and 3 of council framework decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision. 5. Lot 5.1. Lot: LOT-0001 Title: B2 Competition Rules Description: Rules for the implementation of the qualification and tender phase. Internal identifier: 202306054 5.1.1. Purpose Main nature of the contract: Works Additional nature of the contract: Services Main classification (cpv): 45000000 Construction work 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Each renewal is 2 years. 5.1.5. Value Estimated value excluding VAT: 180 000 000,00 NOK 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Use of this criterion: Not used Criterion: Type: Other Name: It meets the objective and non discriminatory criteria or rules to be applied in order to limit the number of candidates in the following way: In case certain certificates or other forms of documentary evidence are required, please indicate for each whether the economic operator has the required documents: Description: If some of these certificates or forms of documentary evidence are available electronically, please indicate for each: Use of this criterion: Used Criterion: Type: Other Name: All selection criteria will be satisfied Description: It satisfies all the required selection criteria indicated in the relevant notice or in the procurement documents referred to in the notice. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Certifications/competence Description: See the Qualification Requirements in the tender documentation. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Experience Description: See the Qualification Requirements in the tender documentation. Use of this criterion: Used 5.1.11. Procurement documents Deadline for requesting additional information: 28/11/2023 00:00:00 (UTC+1) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=694 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=694&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Variants: Not allowed Tenderers may submit more than one tender Deadline for receipt of requests to participate: 05/12/2023 12:00:58 (UTC+1) Terms of contract: Conditions relating to the performance of the contract: The delivery includes logging and post-growth clearing Electronic invoicing: Required Financial arrangement: No 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Oslo tingrett Organisation providing additional information about the procurement procedure: Bane NOR SF 5.1. Lot: LOT-0002 Title: Qualification Requirements Description: Qualification documentation for prequalification - Questions asked in the structure document. Internal identifier: 202306054 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45000000 Construction work Additional classification (cpv): 77200000 Forestry services 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: 2 extensions for 2 years. 5.1.5. Value Estimated value excluding VAT: 180 000 000,00 NOK 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Use of this criterion: Not used Criterion: Type: Other Name: It meets the objective and non discriminatory criteria or rules to be applied in order to limit the number of candidates in the following way: In case certain certificates or other forms of documentary evidence are required, please indicate for each whether the economic operator has the required documents: Description: If some of these certificates or forms of documentary evidence are available electronically, please indicate for each: Use of this criterion: Used Criterion: Type: Other Name: All selection criteria will be satisfied Description: It satisfies all the required selection criteria indicated in the relevant notice or in the procurement documents referred to in the notice. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Certifications/competence Description: See the qualification criteria in the tender documentation. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Experience Description: See the qualification criteria in the tender documentation. Use of this criterion: Used 5.1.11. Procurement documents Deadline for requesting additional information: 28/11/2023 00:00:00 (UTC+1) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=694 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=694&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Deadline for receipt of requests to participate: 05/12/2023 12:00:58 (UTC+1) Terms of contract: Conditions relating to the performance of the contract: The delivery includes logging and post-growth clearing Electronic invoicing: Required Financial arrangement: No 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Oslo tingrett Organisation providing additional information about the procurement procedure: Bane NOR SF 8. Organisations 8.1. ORG-0001 Official name: Bane NOR SF Registration number: 917082308 Department: 30120 Rammeavtaler og mindre fornyelser Postal address: Postboks 4350 Town: HAMAR Postcode: 2308 Country: Norway Contact point: Nils Harald Løvdal Roland Email: nils.harald.lovdal.roland@banenor.no Telephone: +47 22 45 50 00 Internet address: https://www.banenor.no Roles of this organisation: Buyer Organisation providing additional information about the procurement procedure 8.1. ORG-0002 Official name: Oslo tingrett Registration number: 926725939 Town: Oslo Country: Norway Email: postmottak@domstol.no Telephone: 22035200 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 20d2f82b-7977-4621-b32b-45a2aa3c9ebc - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 31/10/2023 14:42:02 (UTC) Notice dispatch date (eSender): 31/10/2023 14:43:17 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 671964-2023 OJ S issue number: 212/2023 Publication date: 03/11/2023 Czech document download: https://ted.europa.eu/cs/notice/671964-2023/pdf Danish document download: https://ted.europa.eu/da/notice/671964-2023/pdf German document download: https://ted.europa.eu/de/notice/671964-2023/pdf Greek document download: https://ted.europa.eu/el/notice/671964-2023/pdf Spanish document download: https://ted.europa.eu/es/notice/671964-2023/pdf English document download: https://ted.europa.eu/en/notice/671964-2023/pdf Estonian document download: https://ted.europa.eu/et/notice/671964-2023/pdf Finnish document download: https://ted.europa.eu/fi/notice/671964-2023/pdf French document download: https://ted.europa.eu/fr/notice/671964-2023/pdf Irish document download: https://ted.europa.eu/ga/notice/671964-2023/pdf Croatian document download: https://ted.europa.eu/hr/notice/671964-2023/pdf Hungarian document download: https://ted.europa.eu/hu/notice/671964-2023/pdf Italian document download: https://ted.europa.eu/it/notice/671964-2023/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/671964-2023/pdf Latvian document download: https://ted.europa.eu/lv/notice/671964-2023/pdf Maltese document download: https://ted.europa.eu/mt/notice/671964-2023/pdf Dutch document download: https://ted.europa.eu/nl/notice/671964-2023/pdf Polska document download: https://ted.europa.eu/pl/notice/671964-2023/pdf Portuguese document download: https://ted.europa.eu/pt/notice/671964-2023/pdf Romanian document download: https://ted.europa.eu/ro/notice/671964-2023/pdf Slovak document download: https://ted.europa.eu/sk/notice/671964-2023/pdf Slovenian document download: https://ted.europa.eu/sl/notice/671964-2023/pdf Swedish document download: https://ted.europa.eu/sv/notice/671964-2023/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/671964-2023/pdf
NAICS
Power Business All Other Professional Professional Justice Electric Power Transmission Regulation Other Foundation Other Foundation Religious Financial Transactions Processing Securities Justice Other Professional Construction Other Justice Regulation Courts Agriculture Courts Financial Transactions Processing Foundation Other Similar Organizations (except Business All Other Professional Management Other Justice Other Similar Organizations (except Business Construction Professional Process Logging Funds
CPVS
Parts of structures System, storage and content management software package Mains Control, safety, signalling and light equipment Construction, foundation and surface works for highways, roads Publications Control, safety or signalling equipment for inland waterways Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Wells construction work Other community, social and personal services Control, safety or signalling equipment for parking facilities Construction work Command, control, communication systems Supports Structures and parts Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Forms Vats Pressure-reducing, control, check or safety valves Catalogues Logs Other services Control, safety or signalling equipment for roads Goods used in construction Architectural, construction, engineering and inspection services Security, fire-fighting, police and defence equipment Postal orders Electronic, electromechanical and electrotechnical supplies Railway points Control, safety or signalling equipment for airports Dates
UNSPSC
Logs Awards Business cases Forestry Co financing Case making services Securities
Regions
Europe Northern Europe Western Europe
Sectors
Civil Works Building Postal and Courier Services Services Railways-Rail-Railroad Defence and Security Construction Energy-Power and Electrical Computer Hardwares and Consumables Building Material
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert