Tender Details
Title
Norway – Construction work – Procurement of contractors, Verdal and Sparbu stations. Place of performance: Norway,Trøndelag Main nature of the contract: 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
31.05.2024
Deadline Date
01.07.2024
Overview
323318-2024 - Competition Competition Norway: Construction work Procurement of contractors, Verdal and Sparbu stations. Norway, Trøndelag (NO060) Norway, Trøndelag (NO060) Estimated value excluding VAT: 200 000 000,00 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 Norway, Trøndelag (NO060) V Start date: 08/12/2024 Duration end date: 14/12/2026 Estimated value excluding VAT: 200 000 000,00 NOK Deadline for receipt of requests to participate: 01/07/2024 - 10:00:58 (UTC) LOT-0002: Qualification requirements (2) Construction work Norway, Trøndelag (NO060) Verdal Norway, Trøndelag (NO060) Sparbu Start date: 08/12/2024 Duration end date: 14/12/2026 Estimated value excluding VAT: 200 000 000,00 NOK Deadline for receipt of requests to participate: 01/07/2024 - 10:00:58 (UTC) 323318-2024 - Competition Norway – Construction work – Procurement of contractors, Verdal and Sparbu stations. OJ S 105/2024 31/05/2024 Contract or concession notice – standard regime Works 1. Buyer 1.1. Buyer Official name: Bane NOR SF Activity of the contracting entity: Railway services 2. Procedure 2.1. Procedure Title: Procurement of contractors, Verdal and Sparbu stations. Description: The delivery includes measures at Verdal and Sparbu stations in order to. For Sparbu station this will lead to the construction of a new crossing track for passenger trains, a new side platform and a non-level crossing in the form of a flyover. The station shall be prepared for ertms implementation. At Verdal station, the existing intermediate platform and reference tracks shall be reorganited. Track 2 shall be adjusted and a new side platform shall be established. Track 3 shall be re-established and the station shall be upgraded and prepared for ERTMS. Procedure identifier: 4afe98cd-2478-4d96-b3e1-e755c022a060 Internal identifier: 202402364 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 2.1.2. Place of performance Country subdivision (NUTS): Trøndelag (NO060) Country: Norway Additional information: Verdal 2.1.2. Place of performance Country subdivision (NUTS): Trøndelag (NO060) Country: Norway Additional information: Sparbu 2.1.3. Value Estimated value excluding VAT: 200 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/25/EU 2.1.5. Terms of procurement Terms of submission: The tenderer must submit tenders for all lots 2.1.6. Grounds for exclusion: Analogous situation like bankruptcy under national law: Is 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. Bankruptcy: Is 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. Corruption: Is 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. Arrangement with creditors: Is 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. Participation in a criminal organisation: Is 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) Agreements with other economic operators aimed at distorting competition: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition? Breaching of obligations in the fields of environmental law: Is 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. Money laundering or terrorist financing: Is 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). Fraud: Is 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). Child labour and other forms of trafficking in human beings: Is 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). Insolvency: Is 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. Breaching of obligations in the fields of labour law: Is 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. Assets being administered by liquidator: 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. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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? Conflict of interest due to its participation in the procurement procedure: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents? Direct or indirect involvement in the preparation of this procurement procedure: Has 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? Guilty of grave professional misconduct: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents. Early termination, damages or other comparable sanctions: Has 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? Breaching of obligations in the fields of social law: Is 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. Payment of social security contributions: Have 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? Business activities are suspended: 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. Payment of taxes: Has 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? Terrorist offences or offences linked to terrorist activities: Is 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. Lot 5.1. Lot: LOT-0001 Title: B2 Competition Rules Description: Rules for the implementation of the qualification and tender phase. Internal identifier: 202402364 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45000000 Construction work 5.1.2. Place of performance Town: V Country subdivision (NUTS): Trøndelag (NO060) Country: Norway 5.1.3. Estimated duration Start date: 08/12/2024 Duration end date: 14/12/2026 5.1.4. Renewal Maximum renewals: 0 5.1.5. Value Estimated value excluding VAT: 200 000 000,00 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: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Use of this criterion: Used Criterion: Type: Technical and professional ability Use of this criterion: Used 5.1.11. Procurement documents Deadline for requesting additional information: 23/06/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=21995 5.1.12. Terms of procurement Terms of the procedure: Estimated date of dispatch of the invitations to submit tenders: 11/07/2024 Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=21995&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Deadline for receipt of requests to participate: 01/07/2024 10:00:58 (UTC) Terms of contract: Conditions relating to the performance of the contract: See the tender documentation A non-disclosure agreement is required: yes Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes Financial arrangement: See the tender documentation 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 (2) Description: Qualification documentation for prequalification - Questions asked in the structure document. Internal identifier: 202402364 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45000000 Construction work 5.1.2. Place of performance Town: Verdal Country subdivision (NUTS): Trøndelag (NO060) Country: Norway 5.1.2. Place of performance Town: Sparbu Country subdivision (NUTS): Trøndelag (NO060) Country: Norway 5.1.3. Estimated duration Start date: 08/12/2024 Duration end date: 14/12/2026 5.1.4. Renewal Maximum renewals: 0 5.1.5. Value Estimated value excluding VAT: 200 000 000,00 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 Name: See the tender documentation Use of this criterion: Used Criterion: Type: Economic and financial standing Name: See the tender documentation Use of this criterion: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: See the tender documentation Use of this criterion: Used Criterion: Type: Technical and professional ability Description: See the tender documentation Use of this criterion: Used 5.1.11. Procurement documents Deadline for requesting additional information: 23/06/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=21995 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=21995&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Deadline for receipt of requests to participate: 01/07/2024 10:00:58 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: Yes Conditions relating to the performance of the contract: See the tender documentation A non-disclosure agreement is required: yes Additional information about the non-disclosure agreement : See the tender documentation Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes Legal form that must be taken by a group of tenderers that is awarded a contract: See the tender documentation Financial arrangement: See the tender documentation 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: 80107 Portefølje Midt kontrakt og marked Postal address: Postboks 4350 Town: HAMAR Postcode: 2308 Country: Norway Contact point: Frode Aunet Dyngeland Email: frode.dyngeland@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: 926 725 939 Postal address: Postboks 2106 Vika Town: Oslo Postcode: 0125 Country subdivision (NUTS): Oslo (NO081) Country: Norway Email: oslo.tingrett@domstol.no Telephone: 22 03 52 00 Internet address: https://www.domstol.no/no/domstoler/tingrett/oslo-tingrett/ Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 90ccbb94-4189-4677-857f-5845e1ae706c - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 30/05/2024 12:29:22 (UTC) Notice dispatch date (eSender): 30/05/2024 12:41:59 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 323318-2024 OJ S issue number: 105/2024 Publication date: 31/05/2024 Czech document download: https://ted.europa.eu/cs/notice/323318-2024/pdf Danish document download: https://ted.europa.eu/da/notice/323318-2024/pdf German document download: https://ted.europa.eu/de/notice/323318-2024/pdf Greek document download: https://ted.europa.eu/el/notice/323318-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/323318-2024/pdf English document download: https://ted.europa.eu/en/notice/323318-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/323318-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/323318-2024/pdf French document download: https://ted.europa.eu/fr/notice/323318-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/323318-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/323318-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/323318-2024/pdf Italian document download: https://ted.europa.eu/it/notice/323318-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/323318-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/323318-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/323318-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/323318-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/323318-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/323318-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/323318-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/323318-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/323318-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/323318-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/323318-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Electric Power Transmission Other Foundation Copper Other Foundation Religious Financial Transactions Processing Securities Justice Other Professional Construction Turned Product and Screw Other Justice Measuring Agriculture Navigational Financial Transactions Processing Foundation Cyclic Crude Other Similar Organizations (except Business All Other Professional Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Construction Professional Process Funds
CPVS
Parts of structures Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper System, storage and content management software package Mains Control, safety, signalling and light equipment Nuts 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 Lead 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 Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Goods used in construction Architectural, construction, engineering and inspection services Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Railway points Control, safety or signalling equipment for airports Dates
UNSPSC
Nuts Awards Business cases Co financing Employment Case making services Securities
Regions
Europe Northern Europe Western Europe
Sectors
Civil Works Building Automobiles and Auto Parts Supply Law and Legal 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