1184703 DNO&B Stage Machinery K101 Alterations when replacing stage machinery

Statsbygg requests, in connection with project: 1184703 Replacement of technical stage systems for a tender on Turnkey contract with interaction - Alterations when replacing stage machines in accordance with a more detailed description in the project description. Statsbygg requests, in connection with project: 1184703 Replacement of technical stage systems for …

CPV: 45000000 Строителни и монтажни работи
Краен срок:
Юни 17, 2025, обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
1184703 DNO&B Stage Machinery K101 Alterations when replacing stage machinery
Издаващ орган:
STATSBYGG
Номер на наградата:
2025/2450

1. Buyer

1.1 Buyer

Official name : STATSBYGG
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 1184703 DNO&B Stage Machinery K101 Alterations when replacing stage machinery
Description : Statsbygg requests, in connection with project: 1184703 Replacement of technical stage systems for a tender on Turnkey contract with interaction - Alterations when replacing stage machines in accordance with a more detailed description in the project description.
Procedure identifier : 5ababb8f-495d-4127-9ec6-540d440b5832
Internal identifier : 2025/2450
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Almost 20 years after the opening, the stage machinery on stage needs a necessary upgrade, as both the control system and a number of components have reached their maximum lifetime, in addition to the original supplier of the stage machinery choosing to pull out of the market. Access to some spare parts is already challenging. The consequence of not upgrading will be that the machinery completely or partially stops working. Without functioning stage machinery, it will not be possible to perform opera and ballet performances on the stages in Bjørvika. The upgrading is therefore a necessary prerequisite for DNO&B being able to deliver on its social mission, and so that the Opera is not due as a framework for performing arts production at a high level. K101 Turnkey contract with interaction is one of two contracts in the project that shall replace the stage machinery. The contract consists, among other things, of rigging and operation at the construction site, demolition of scrapped stage machinery and transporting and transporting stage machinery (the list is not exhaustive). The parallel contract K601 Turnkey contract Replacement of stage machinery will deliver, install test and commission the new stage machinery. An information meeting will be held at Statsbygg (main office) and a subsequent site inspection at the Opera House for all tenderers, 3 June 2025, 08:00. Due to restrictors of the number of persons who can stay in technical areas above the main stage, it is necessary to limit the number of persons from each supplier to a maximum of two. Meet at the information meeting 08:00:Statsbygg ́s main office,Biskop Gunnerus' gate 6 (Byporten)0155 Oslo Meet at the reception (7. Address for site inspection 09:00:The Norwegian Opera & BalletKirsten Flagstads Plass 10150 Oslo: Meet at the personnel entrance on the sea side Justification for use of FOA § 7-9 (4) This procurement is for the procurement of infrastructure in connection with the replacement of stage machinery. This procurement uses the exclusion provisions in PPR § 7-9 (4), since it is clear that the climate and environmental requirements in the procurement have a better climate and environmental effect than the use of the award criteria in this interaction contract. The procurement ́s climate and environmental impact is mainly: Climate gas emissions from rigging and logistics Waste generation from demolition The requirements set to reduce or eliminate the climate and environmental impact: The collaboration contractor shall have a logistics consultant in a significant role in the project with at least five years professional experience in logistics planning, preferably with experience from construction projects in urban areas. As one of its assignments, the logistics planner shall ensure that the logistics plan takes environmental impacts into account and includes measures to reduce emissions and noise. A minimum of 90% sorting of demolition and building waste is required, as a weight percentage. This is a strict requirement, well above the requirements in TEK17. Emission-free transport to the construction site is required, for vehicles under 3,500 kg and fossil free on vehicles over 3,500 kg. A market survey has been carried out in oslo and the surrounding area, which examined whether it is possible to require emission-free or fossil-free vehicles in the competition, and it is concluded that fossil-free vehicles (including biogas) can be required, but not emission-free for vehicles over 3,500 kg, there are very few emission-free vehicles in this class. Such a requirement would then be 100% of the vehicle fleet, which would be better than what can be achieved in a competition. Statsbygg ́s assessment is therefore that in order to reduce the climate and environmental impact of this procurement, the exclusion provision in the Public Procurement Regulations § 7-9 (4), as it is clear that the use of climate and environmental requirements has a better climate and environmental effect than the use of the award criterion as described in PPR § 7-9 (2). The Directorate of Public Construction and Property is therefore exempted from the obligations to emphasise the environment or to prioritise the environment among the three highest prioritised award criteria.

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) : Oslo ( NO081 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement Regulations

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
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?
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?
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 set under 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?
Breaching obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 1184703 DNO&B Stage Machinery K101 Alterations when replacing stage machinery
Description : Statsbygg requests, in connection with project: 1184703 Replacement of technical stage systems for a tender on Turnkey contract with interaction - Alterations when replacing stage machines in accordance with a more detailed description in the project description.
Internal identifier : 2025/2450

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 12 Month

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are required to have a legally established company. Company Registration Certificate, alternatively StartBANK ID. Foreign companies are required to have an equivalent certificate.
Criterion : Other economic or financial requirements
Description : Tenderers are required to have satisfactory financial implementation ability. The size of the turnover, seen in relation to the contract value, can be emphasised. The Directorate of Public Construction and Property will carry out a credit rating of tenderers. Tenderers may, in addition, be asked to submit auditor confirmed annual accounts, alternatively state StartBANK ID.
Criterion : Relevant educational and professional qualifications
Description : Tenderers are required to have sufficient experience with having contract responsibility/responsibility for administering assignments with a transferable value. A transferable value is defined as experience with relevant projects of equivalent complexity for planning, coordination and logistics. A description shall be provided, of approx. two A4 pages per project, for up to 3 reference projects in the last 5 years, with a reasoned transferable value. Projects older than 5 years may be emphasised. The reference projects shall include information on, among other things: • the project name and location •Principal • the project ́s technical extent and total cost. • The assignment ́s contract value • Type of contract and whether own employees or sub-contractors have designed the • the company ́s assignments/role in the project • Start-up and completion date (if not completed - where one is in the project). • Why the reference project has a transferable value to this project

5.1.11 Procurement documents

Address of the procurement documents : https://permalink.mercell.com/256303334.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 : 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 : 17/06/2025 12:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : See the tender documentation
Information about public opening :
Opening date : 17/06/2025 12:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

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 tingrettno -
Information about review deadlines : in accordance with the regulations

8. Organisations

8.1 ORG-0001

Official name : STATSBYGG
Registration number : 971278374
Postal address : Biskop Gunnerus' gate 6
Town : OSLO
Postcode : 0103
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Mats Sandnes
Telephone : 22954000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrettno
Registration number : 974714647
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : ff3fb328-ecd7-4766-8395-e0f2f15a89cd - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/05/2025 06:03 +00:00
Notice dispatch date (eSender) : 07/05/2025 06:16 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00296817-2025
OJ S issue number : 89/2025
Publication date : 08/05/2025