Contract 7042 Road north of F2 and Q site, limited time - New Rikshospitalet

Brief main elements of the assignment, but not exhaustively are: Here the name is brief and not exhaustive: Demolition and removal of stores/carport/workshop/garage with the accompanying technical facilities, parts of the retaining wall and some other minor building parts in/by technical central F Establishment of a pipe wall that is …

CPV: 44212313 Podpery, 45110000 Búranie budov a demolačné práce a zemné práce, 45111000 Demolácie, úpravy staveniska a vyčisťovacie práce, 45111100 Demolačné práce, 45215140 Stavebné práce na objektoch nemocničných zariadení, 45223210 Oceľové konštrukcie, 45231220 Stavebné práce pre plynovody, 45231300 Stavebné práce na stavbe potrubných vedení vody a kanalizácie, 45231400 Stavebné práce na stavbe elektrických vedení, 45232411 Stavebné práce na potrubiach na znečistenú vodu, 45233000 Stavebné práce, práce spodnej a vrchnej stavby diaľnic, ciest, 45233120 Stavebné práce na výstavbe ciest, 45233300 Práce spodnej stavby diaľnic, ciest, ulíc a chodníkov
Termín:
1. júl 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Contract 7042 Road north of F2 and Q site, limited time - New Rikshospitalet
Udeľujúci orgán:
Helse Sør-Øst RHF
Číslo udelenia:
NRH-7042-25-0001

1. Buyer

1.1 Buyer

Official name : Helse Sør-Øst RHF
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Contract 7042 Road north of F2 and Q site, limited time - New Rikshospitalet
Description : Brief main elements of the assignment, but not exhaustively are: Here the name is brief and not exhaustive: Demolition and removal of stores/carport/workshop/garage with the accompanying technical facilities, parts of the retaining wall and some other minor building parts in/by technical central F Establishment of a pipe wall that is preparing for a construction pit for F2Phases alterations to road installations and the establishment of partially time-limited and partially permanent road installations around future buildings F2- Establishment of a new Water and Sewage facility for F2. handling surface water and time limited installations, Alteration and alteration of supply installations for medical gases, including conducive roads, Facility technical and construction auxiliary works for high voltage (electricity for the main project) Testing, commissioning, in the use of altered/new technical installations and infrastructure.
Procedure identifier : 78ac1f82-0d68-4ed3-ac65-cd71e543d02f
Internal identifier : NRH-7042-25-0001
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Brief main elements of the assignment, but not exhaustively are: Here the name is brief and not exhaustive: Demolition and removal of stores/carport/workshop/garage with the accompanying technical facilities, parts of the retaining wall and some other minor building parts in/by technical central F Establishment of a pipe wall that is preparing for a construction pit for F2Phases alterations to road installations and the establishment of partially time-limited and partially permanent road installations around future buildings F2- Establishment of a new Water and Sewage facility for F2. handling surface water and time limited installations, Alteration and alteration of supply installations for medical gases, including conducive roads, Facility technical and construction auxiliary works for high voltage (electricity for the main project) Testing, commissioning, in the use of altered/new technical installations and infrastructure.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233300 Foundation work for highways, roads, streets and footpaths
Additional classification ( cpv ): 44212313 Supports
Additional classification ( cpv ): 45110000 Building demolition and wrecking work and earthmoving work
Additional classification ( cpv ): 45111000 Demolition, site preparation and clearance work
Additional classification ( cpv ): 45111100 Demolition work
Additional classification ( cpv ): 45215140 Hospital facilities construction work
Additional classification ( cpv ): 45223210 Structural steelworks
Additional classification ( cpv ): 45231220 Construction work for gas pipelines
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45231400 Construction work for electricity power lines
Additional classification ( cpv ): 45232411 Foul-water piping construction work
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 45233120 Road construction works

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 - The procurement will be made in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) dated 12 August 2016 no. 974 parts I and part III.

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 : Contract 7042 Road north of F2 and Q site, limited time - New Rikshospitalet
Description : Brief main elements of the assignment, but not exhaustively are: Here the name is brief and not exhaustive: Demolition and removal of stores/carport/workshop/garage with the accompanying technical facilities, parts of the retaining wall and some other minor building parts in/by technical central F Establishment of a pipe wall that is preparing for a construction pit for F2Phases alterations to road installations and the establishment of partially time-limited and partially permanent road installations around future buildings F2- Establishment of a new Water and Sewage facility for F2. handling surface water and time limited installations, Alteration and alteration of supply installations for medical gases, including conducive roads, Facility technical and construction auxiliary works for high voltage (electricity for the main project) Testing, commissioning, in the use of altered/new technical installations and infrastructure.
Internal identifier : NRH-7042-25-0001

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233300 Foundation work for highways, roads, streets and footpaths
Additional classification ( cpv ): 44212313 Supports
Additional classification ( cpv ): 45110000 Building demolition and wrecking work and earthmoving work
Additional classification ( cpv ): 45111000 Demolition, site preparation and clearance work
Additional classification ( cpv ): 45111100 Demolition work
Additional classification ( cpv ): 45215140 Hospital facilities construction work
Additional classification ( cpv ): 45223210 Structural steelworks
Additional classification ( cpv ): 45231220 Construction work for gas pipelines
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45231400 Construction work for electricity power lines
Additional classification ( cpv ): 45232411 Foul-water piping construction work
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 45233120 Road construction works

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 9 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Financial ratio
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: Minimum qualification requirements Economy Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. The contracting authority will undertake an overall assessment of whether the qualification requirement is fulfilled. Documentation requirement: A credit rating based on the most recent available accounting figures. The credit rating must not be older than six months calculated from the deadline for receipt of tenders. The rating shall be carried out by a credit rating company with licence to conduct this service. Tenderers shall submit annual accounts for the last 3 years. The contracting authority reserves the right to obtain a credit report in order to verify that the tenderer fulfils the requirement. If the tenderer has a justifiable reason for not submitting the documentation that the Builder has demanded, he can document his economic and financial capacity by presenting any other document that the Builder deems suitable.
Criterion : Other economic or 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 Tax and duties Tenderers shall have their tax and VAT payments in order. Documentation requirement: Tax and VAT certificate, not older than 6 months calculated from the deadline for submitting a tender. Tenderers with offices in other EEA countries shall submit certificates or other legal documentation in accordance with EEA public procurement regulations. Other international tenderers shall submit equivalent documentation.
Criterion : References on specified 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 Experience Tenderers shall have sufficient relevant experience. Documentation requirement: Relevant reference projects in the last 8 years must be described. The following account shall be included in the description of each reference project that the tenderer would like to plead: • The tenderer ́s role (main or sub-supplier) • The central work assignments in the contract • The size of the contract, measured in NOK • The contract period The description of each reference project shall be in a separate form, cf. Annex 2. The builder will undertake a total assessment of the submitted reference project from the tenderer and from any sub-suppliers that the tenderer has relied on, cf. point 5.3.
Criterion : Certificates by independent bodies about 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 Quality Assurance System The tenderer shall have a suitable and implemented quality assurance system. Documentation requirement: A general account of the tenderer ́s quality system as well as a copy of the table of contents. The account shall be on approx. two sides. If a tenderer is certified in accordance with ISO 9001 or equivalent certification schemes, it will be sufficient to fulfil the requirement.
Criterion : Certificates by independent bodies about environmental management systems or 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 Environmental management system Tenderers shall have a suitable and implemented system for environmental management. Documentation requirement: A general account of the tenderer's system for ensuring that the service is carried out in accordance with environmentally relevant requirements in the contract, as well as a copy of the table of contents. The account shall be on approx. three sides. If the tenderer is certified in accordance with ISO 14001:2015, Miljøfyrtårnet [The Environmental Lighthouse] or equivalent certification schemes, this will be sufficient to fulfil the requirement.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257877949.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
Variants : Not allowed
Deadline for receipt of tenders : 01/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 01/07/2025 10:00 +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 Tingrett -
Information about review deadlines : See the tender documentation

8. Organisations

8.1 ORG-0001

Official name : Helse Sør-Øst RHF
Registration number : 991324968
Postal address : Holtermanns veg 3
Town : HAMAR
Postcode : 2303
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Jasmin Dervisevic
Telephone : +47 980 52 277
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : OSLO
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 0d966ff7-8de4-4031-b063-21794a0b412f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/05/2025 12:15 +00:00
Notice dispatch date (eSender) : 23/05/2025 12:28 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00336678-2025
OJ S issue number : 100/2025
Publication date : 26/05/2025