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.
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.