BV 2023-18 - Stand-by and contractor services v.2

Bergen Vann is an agency in Bergen municipality. The agency shall ensure good and sufficient water supply and good and environmentally correct sewage treatment. Bergen Vann operates and administers the municipal water and sewage installations in Bergen municipality and operates the municipal water and sewage installations in Bjørnafjorden municipality. The …

CPV: 45500000 Alquiler de maquinaria y equipo de construcción y de ingeniería civil con maquinista
Plazo:
8 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
BV 2023-18 - Stand-by and contractor services v.2
Organismo adjudicador:
Bergen kommune - Bergen Vann
Número de premio:
2023/54187

1. Buyer

1.1 Buyer

Official name : Bergen kommune - Bergen Vann
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : BV 2023-18 - Stand-by and contractor services v.2
Description : Bergen Vann is an agency in Bergen municipality. The agency shall ensure good and sufficient water supply and good and environmentally correct sewage treatment. Bergen Vann operates and administers the municipal water and sewage installations in Bergen municipality and operates the municipal water and sewage installations in Bjørnafjorden municipality. The agency has approx. 265 employees and a turnover of approx. NOK 1.1 billion. The employees are currently located in Spelhaugen 22, Fjøsangerveien 68 and at a number of water treatment and treatment facilities. The procurement concerns the purchase of stand-by and contractor services.
Procedure identifier : 74f64fed-826e-4183-a798-422f33bd8bc5
Internal identifier : 2023/54187
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Bergen Vann (henceforth referred to as BV) wishes to enter into a framework agreement with a tenderer for stand-by and contractor services. The work place is within Bergen and Bjørnafjorden municipalities. The aim of the procurement is to cover the contracting authority ́s need for acute and continual interventions on operating systems. Stand-by assignments (acute) will be prioritised in front of other planned (not acute) operational assignments. The work is a part of the stand-by scheme for Bergen and Bjørnafjorden municipality. Stand-by assignments can occur 24 hours a day year round. The assignments include the following: Location manager for ditches and preparation of a ditch plan. The tenderer shall follow: Regulations on the execution of work, use of work equipment and accompanying technical requirements, chapter 21 excavation workWorks notification including the work notification plan, relevant applications, assembly and disassembly of equipment, traffic management and other necessary services connected to traffic management (the contracting authority will be helpful in the telephone notification of the closure of roads)Spot excavation on pressurised pipelines Excavation in connection with setting down manholes and when replacing roads. Hydrants Handling removed trench masses, pipes and asphalt Bracing and securing ditches and other infrastructure (cables, manholes, foundations etc.) Filling of trench asphalting, Temporary asphalt and maintenance thereof until the final surface has been established Replacement of hydrants Transport of heavy equipment and parts mm.St emptying of walls Set up fence maintenance and cleaning of stream intake Vegetation clearing of infrastructure operated by the Contracting Authority, Minimum concrete work Cutting, removing and moving bushes and trees paving, levelling, planting and other things that are necessary to restore damage or excavation site to. Original conditionBuying goods and services necessary for carrying out assignments Transport of wrapped asbestos tubes to the agreed location Other assignments that naturally fall under the procurement Procurement do not include: Maintenance and ground work at the municipality ́s watercourse installationsWorks that require certification of NVENo-dig projectsAbout the leak repairs: Breakage statistics for the last four years (2019 - 2022) shows an average of 150 breaks per annum. Approx. 50% of the water pipeline breaks are acute and must be improved as stand-by assignments. The work is seasonal, and more than 50% of the breaks occur between November and February. This means that two or more repairs can occur on the same day. In cold periods, there are usually several fractures. The maximum number of break repairs performed was in 2010, when 250 water pipeline breaks were repaired Approx. 55% of the breaks are in the municipal road, 15% of the county road. Less than 1% of the breaks occur on the national road. The repair time for a leak varies greatly depending on factors such as availability, location, depth, other infrastructure and other conditions. The average time spent on repairs of leaks is estimated to approx. 10 hours, without having established the final cover and restoration. BV is responsible for the following assignments: Detection of excavation points Collection of cable map Plumbing work/break repair including hygienic handling of water asbestos clearance (packing pipes in accordance with regulations and subsequent interim storage or delivery to an approved landfill) Notification of water suspension Other assignments that naturally come under the contracting authority ́s responsibilityEv. breaches of the Working Environment Act shall not be notified the contracting authority without undue delay. The planned start of the agreement is as soon as possible after the competition has been completed. The HSE supplier/sub-supplier shall: prepare a SJA together with the contracting authority ́s representatives on site and other involved parties - without any further delay, inform the contracting authority's gender neutral preferred of any personal injury and near-accidents. VaccinesIt is recommended that all persons who shall work with sewage water are vaccinated against: Tetanus, Polio and Hepatitis A and B. Supplier audits the Contracting Authority reserves the right to carry out supplier audits during the contract period. Exclusivity The Contracting Authority reserves the right to procure goods/services from other tenderers if this is deemed appropriate, for example, due to the contract ́s extent and complexity.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45500000 Hire of construction and civil engineering machinery and equipment with operator

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 132 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften -

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 : Have 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?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 technical ID : LOT-0000

Title : BV 2023-18 - Stand-by and contractor services v.2
Description : Bergen Vann is an agency in Bergen municipality. The agency shall ensure good and sufficient water supply and good and environmentally correct sewage treatment. Bergen Vann operates and administers the municipal water and sewage installations in Bergen municipality and operates the municipal water and sewage installations in Bjørnafjorden municipality. The agency has approx. 265 employees and a turnover of approx. NOK 1.1 billion. The employees are currently located in Spelhaugen 22, Fjøsangerveien 68 and at a number of water treatment and treatment facilities. The procurement concerns the purchase of stand-by and contractor services.
Internal identifier : 2023/54187

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45500000 Hire of construction and civil engineering machinery and equipment with operator

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 4

5.1.5 Value

Estimated value excluding VAT : 132 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Other economic and financial requirements Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum requirement for qualification requirements The tenderer has sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, benefits, risk and duration. All the received and any obtained information will form the basis for an overall assessment of whether the qualification requirement is fulfilled. Documentation for Norwegian tenderers: The contracting authority will check the tenderer ́s financial situation from DFØ's eBevis, Proff Forvalt ( https://forvalt.no/) and/or via information provided by Creditsafe ( https://www.creditsafe.com) and can obtain further information from the Brønnøysund Register Centre. Foreign companies: The contracting authority will check the tenderer ́s financial situation from Creditsafe ( https://www.creditsafe.com). If the tenderer is not registered in Creditsafe ́s registers, the company ́s last two auditor approved annual accounts shall be submitted upon request. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be provided.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements The contracting authority requires that all tenderers have implemented a quality management system that is satisfactory to ensure the quality of execution in this contract. Documentation requirement: Description of the company ́s implemented quality management system. A certificate shall be submitted for the company's quality management system issued by independent bodies that confirm that the company fulfils certain quality management standards, for example ISO 9001. If the company does not have such certificate, other documentation of the company's quality management system shall be provided. In such cases as a minimum the following shall be provided: * the system's name and detailed table of contents * general description of the content of the system, including an overview of control plans and check-lists that are relevant for this contract * organisation chart showing the responsibilities in the quality management system * description of routines for internal control and deviation management (work with corrective and preventive measures) * a description of how the system will be used to perform internal control and deviation management (work with corrective and preventive measures) * a description of how the system will be used to. ensure the quality of this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements The contracting authority requires suppliers who are certified from independent third parties that confirm that the tenderer has procedures and systems that ensure that the execution of the delivery has a low environmental impact. Documentation requirement: Tenderers shall submit certificates from independent bodies that document an established and satisfactory environmental management system. Documentation is required that the tenderer is either environmentally certified in accordance with valid ISO 14001, is Eco-Lighthouse, is certified by EMAS, or are certified by equivalent third parties. If a company does not have such certificates, other documentation of the company's environmental management system must be submitted. In such cases as a minimum the following shall be submitted: * the system's name and detailed table of contents * general description of the content of the system, including an overview of control plans and check-lists that are relevant for this contract * organisation chart showing the responsibilities in the environmental management system * description of routines for internal control and deviation management (work with corrective and preventive measures) * a description of how the system will be used in order to get reduced environmental impact in this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Tenderers shall be a legally registered company. Documentation: Documentation: Documentation must not be enclosed for tenderers registered in the Norwegian Register of Units. The contracting authority will check the registration by using the organisation number stated in the tenderer ́s Mercell profile. Tenderers who are not registered in the above register must present a certificate or confirmation (equivalent company registration certificate) for registration in a trade or business register as prescribed by the law of the country where the tenderer is established. Such a certificate shall not be issued more than six months before the tender deadline.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for building and construction works:
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration. Minimum qualification requirements Tenderers are required to have significant and relevant (spot excavation on pressurised main water, district heating, gas and oil pipelines close to live pipelines or other critical infrastructure) experience. The experience shall include deliveries of equivalent complexity as the delivery requested in this competition. Documentation: An overview of the construction and construction work that the tenderer has carried out in the last five years, together with certificates for satisfactory execution of the most important work.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For public building and construction work, technical personnel or units that shall carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract: Minimum qualification requirements Tenderers shall have sufficient competence and capacity to fulfil the contractual obligations, including the requirement that the tenderer can handle all combinations of three simultaneous assignments (exception: three simultaneous contingency assignments). The number of offered operators shall be at least 4. Documentation: A description of the tenderer's average workforce and the number of employees in the management during the last three years. A description of how much of the contract the tenderer is considering putting away to sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Description of requirement: Tenderers are required to show good ability to carry out the assignment in accordance with the needs of the Contracting Authority. Tenderers are therefore required to have sufficient capacity to be able to carry out the assignment. The executors will be obliged to provide the necessary aids to carry out the assignment as a lorry (see products for size), excavator (see products for size), chain saw, asphalt saw, suitable compression equipment, suitable trench pump, hand tools, trench boxes etc. Excavators and lorries must be equipped with necessary equipment such as grab, pipe clip, rototilt, ripper, various drawers, grab box, hydraulic chiselhammer, certified suitable lifting equipment etc. The capacity must be able to take care of all combinations of three simultaneous assignments (exception: three simultaneous stand-by assignments). Documentation: A description of the tools, materials and technical equipment that the tenderer has at its disposal for fulfilment of the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/09/2024 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/223417048.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 08/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 43 Day
Information about public opening :
Opening date : 08/10/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Not relevant
Financial arrangement : Not relevant

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett, Bergen
Organisation providing additional information about the procurement procedure : Bergen kommune - Bergen Vann

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune - Bergen Vann
Registration number : 964338531
Department : Bergen Vann
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Johan Hausvik
Telephone : +47 05556
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Hordaland tingrett, Bergen
Registration number : 974 737 418
Town : Bergen
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 14d0bb97-c652-4b7f-a5df-b7c23a6e2b2a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/09/2024 13:24 +00:00
Notice dispatch date (eSender) : 03/09/2024 13:32 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00531410-2024
OJ S issue number : 172/2024
Publication date : 04/09/2024