Masonry work in the incineration ovens at the energy plant in Rådalen

The contracting authority would like a framework agreement for service and maintenance of the ovens on line 1 and line 2. Service and maintenance will involve: • Inspection of the condition of the casting, spraying and tiles and reporting proposed improvements • Removal of damaged casting, tiles and anchor. • …

CPV: 45262500 Trabajos de mampostería y albañilería, 45262520 Trabajos de albañilería, 45262630 Construcción de hornos
Plazo:
4 de octubre de 2024 a las 08:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Masonry work in the incineration ovens at the energy plant in Rådalen
Organismo adjudicador:
BIR AS
Número de premio:
BIRMA-0924

1. Buyer

1.1 Buyer

Official name : BIR AS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : BIR Ressurs AS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Masonry work in the incineration ovens at the energy plant in Rådalen
Description : The contracting authority would like a framework agreement for service and maintenance of the ovens on line 1 and line 2. Service and maintenance will involve: • Inspection of the condition of the casting, spraying and tiles and reporting proposed improvements • Removal of damaged casting, tiles and anchor. • Improve the casting, spraying and tiles • Day reports during work as well as the final report after work with proposals for further improvements Maintenance will mostly take place in planned revision stoppages, but adhock repairs can occur. Adhock repairs would like a mobilisation time of 24 hours and a delivery time of 2-3 weeks is wanted for scheduled repairs. Planned audit stoppages will be notified well in advance (several months before the audit stoppage).
Procedure identifier : c98fd5ac-b775-469e-8e3d-93ed03f009bd
Internal identifier : BIRMA-0924
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45262520 Bricklaying work
Additional classification ( cpv ): 45262500 Masonry and bricklaying work
Additional classification ( cpv ): 45262630 Construction of furnaces

2.1.2 Place of performance

Postal address : Fanavegen 219
Town : Rådal
Postcode : 5239
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone
Maximum value of the framework agreement : 40 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: 1. § 24-2 (2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. 2. § 24-2 (3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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?
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 : Masonry work in the incineration ovens at the energy plant in Rådalen
Description : The contracting authority would like a framework agreement for service and maintenance of the ovens on line 1 and line 2. Service and maintenance will involve: • Inspection of the condition of the casting, spraying and tiles and reporting proposed improvements • Removal of damaged casting, tiles and anchor. • Improve the casting, spraying and tiles • Day reports during work as well as the final report after work with proposals for further improvements Maintenance will mostly take place in planned revision stoppages, but adhock repairs can occur. Adhock repairs would like a mobilisation time of 24 hours and a delivery time of 2-3 weeks is wanted for scheduled repairs. Planned audit stoppages will be notified well in advance (several months before the audit stoppage).
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45262520 Bricklaying work
Additional classification ( cpv ): 45262500 Masonry and bricklaying work
Additional classification ( cpv ): 45262630 Construction of furnaces

5.1.2 Place of performance

Postal address : Fanavegen 219
Town : Rådal
Postcode : 5239
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2025
Duration end date : 31/12/2028

5.1.5 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone
Maximum value of the framework agreement : 40 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Credit rating
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must as a minimum be credit worthy. • A credit rating based on the most recent financial figures. The rating shall be carried out by a company licensed to provide credit information. • The contracting authority reserves the right to carry out a credit assessment. • If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax and duties
Description : Tax and VAT. The tax certificate shall not have significant arrears/amount owed that cannot be explained due to postponements granted by the norwegian tax authorities. The certificate must not be more than six months old. The certificate must not be older than 6 months calculated from the deadline for receipt of tenders. Foreign companies shall present certificates from equivalent authorities to the Norwegian authorities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration
Description : The tenderer shall be a legally established company. Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Registration certificates in professional registers as determined by legislation in the countries in which the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : References
Description : Tenderers shall have carried out 2 assignments in the last 3 years with relevant content set up against the assignment in the present procurement. Comparable assignments means masonry work and tiling work in incineration ovens or other equivalent furnaces.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality
Description : Tenderers shall have a satisfactory environmental management system that manages how the company safeguards relevant environmental considerations connected to the Tenderer's activities, products and services. The qualification requirement will be seen as fulfilled if the tenderer can submit certificates issued by independent bodies as documentation that the tenderer fulfils recognised environmental management systems or standards.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environment
Description : Tenderers shall have a satisfactory quality assurance system that manages how the company safeguards quality connected to the tenderer's activities, products and services. The qualification requirement will be seen as fulfilled if the tenderer can submit certificates issued by independent bodies as documentation that the tenderer fulfils the recognised quality assurance system or standards.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total cost
Description : The award will only be based on which tender has the lowest total cost
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 27/09/2024 10:00 +00:00

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 04/10/2024 08:00 +00:00
Information about public opening :
Opening date : 04/10/2024 08:00 +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 : See the attached draft department.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : 11 days after award of contract notice

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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
Organisation receiving requests to participate : BIR AS
Organisation processing tenders : BIR AS

8. Organisations

8.1 ORG-0001

Official name : BIR AS
Registration number : 983495400
Postal address : Pb 6004
Town : Bergen
Postcode : 5892
Country : Norway
Contact point : Kenneth Sørsdal
Telephone : +47 55277728
Internet address : https://www.bir.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Hordaland Tingrett
Registration number : 926723367
Town : Bergen
Country : Norway
Telephone : 55699700
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : BIR Ressurs AS
Registration number : 985 825 408
Department : 985 825 408
Postal address : Lungegårdskaien 42
Town : Bergen
Country : Norway
Email : bir@bir.no
Telephone : 55277700
Roles of this organisation :
Buyer
Group leader

11. Notice information

11.1 Notice information

Notice identifier/version : 6780b2e3-d66e-4f29-afe8-9ea24cbf4fb2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/08/2024 11:52 +00:00
Notice dispatch date (eSender) : 28/08/2024 10:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00519325-2024
OJ S issue number : 168/2024
Publication date : 29/08/2024