Wettbewerbe für Architekten und Ingenieure, Landschaftsarchitekten, Architektur Studenten Wettbewerbe für Architekten und Ingenieure, Landschaftsarchitekten, Architektur Studenten
X

NEU: Bitte beachten Sie, dass Sie sich ab sofort mit E-Mail und Passwort einloggen.

Passwort erneuern
Neu registrieren

Beschaffung von Architektenleistungen für sechs Stationen entlang der neuen Fornebu-Bahnstrecke / Procurement of architect services for six stations along the new Fornebu railway , Oslo/ Norwegen

Architektur Wettbewerbs-Ergebnis

wa-ID
wa-2022893
Tag der Veröffentlichung
01.02.2018
Aktualisiert am
28.12.2018
Verfahrensart
Nicht offener Wettbewerb
Zulassungsbereich
Europäischer Wirtschaftsraum
Teilnehmer
Architekten
Beteiligung
18 Arbeiten
Auslober
Bewerbungsschluss
12.01.2018
Abgabetermin
03.04.2018
Preisgerichtssitzung
26.11.2018

Gewinner

Gottieb Paludan Architects mit L2 Arkitekter, Kopenhagen

Gewinner

Asplan Viak mit Longva arkitekter und Arup, Oslo

Gewinner

Zaha Hadid Architects mit A-Lab, Oslo

Gewinner

Mestres Wåge Arkitekter AS mit Imago-Atelier de Arquitectura
Engenharia Lda und José Gigante- Arquitecto Lda, Oslo
Verfahrensart
Nicht offener Wettbewerb

Wettbewerbsaufgabe
Ziel des Designwettbewerbs ist es, gute architektonische Systeme für alle sechs Bahnhöfe entlang der Fornebu-Bahn zu finden. Jede Station ist ein separater Designwettbewerb und für jede Station wird ein Gewinner ermittelt. Die Serviceverträge werden mit den Gewinnern für jede Station unterzeichnet.
---
The aim of the design contest is to find good architectural systems for all six stations along the Fornebu railway. Each station is a separate design contest, one winner will be selected for each station. Service contracts will then be signed with the winners for each station.
15/12/2017    S241    - - Services - Design contest - Restricted procedure 
Norway-Oslo: Architectural and related services
2017/S 241-501906
Design contest notice
Directive 2014/25/EU

Section I: Contracting authority
/entity
I.1) Name and addresses
Oslo kommune v/ Fornebubanen
Fridtjof Nansens plass 3
Oslo
0160
Norway
Contact person: Espen Skistad
Telephone: +47 21802180
E-mail: espen.skistad@uke.oslo.kommune.no
NUTS code: NO011
Internet address(es):
Main address: www.oslo.kommune.no/politikk-og-administrasjon/etater-og-foretak/fornebubanen/#gref
Address of the buyer profile: eu.eu-supply.com/ctm/Company/CompanyInformation/Index/264775
I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=200087&B=OSLO
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=200087&B=OSLO
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Procurement of architect services for six stations along the new Fornebu railway.
II.1.2) Main CPV code
71200000
II.2) Description
II.2.2) Additional CPV code(s)
71000000
71210000
71220000
71221000
71240000
II.2.4) Description of the procurement: The aim of the design contest is to find good architectural systems for all six stations along the Fornebu railway. Each station is a separate design contest, one winner will be selected for each station. Service contracts will then be signed with the winners for each station.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.10) Criteria for the selection of participants: Requirement: The tenderer's tax and VAT payments shall be in order. Documentation: Tax and VAT certificate, not older than six months. The certificate can be ordered and downloaded from Altinn. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration. Foreign tenderers must provide certificates from equivalent authorities to the Norwegian authorities. Requirement: The tenderer shall be a legally established company. Documentation: Norwegian tenderers: Company Registration Certificate. Foreign companies: Verification that the company is registered in a trade index or a register of business enterprises as prescribed by the law of the country where the company is established. Requirement: Tenderers must have the financial capacity to implement the assignment/contract. This bullet point will be subject to assessment of turnover, annual results, as well as key figures in the balance sheet. Documentation: The company's last annual financial statement including notes, the board's annual reports and audit reports, including new information of relevance to the company's accounting figures. The contracting authority will obtain a credit rating from Experian. Participants who want to rely on other companies to fulfil the requirement on financial implementation ability must enclose a joint and several liability declaration or similar legally binding confirmation from the other company that they will be jointly and severally liable during the contract. The other company must also present the abovementioned documentation within the qualification requirement 'economic and financial capacity'. Requirement: Tenderers shall have a quality assurance system/control system. Documentation: Documentation of the tenderer´s quality assurance system/control system. If the tenderer is certified, it is sufficient to enclose a copy of a certificate issued by independent bodies, which confirms compliance with certain quality assurance standards. Requirement: Experience from equivalent assignments with relevant transfer value is required. Documentation: An overview of the tenderer´s equivalent assignments executed in the last 5 years, up to maximum 10 assignments. The overview must indicate the contracting authority, name of a contact person, the nature of the work, scope and value, as well as the time and location of the execution of the work. The contracting authority reserves the right to contact the reference persons for the reference projects that the participant has presented. Requirement: Tenderers shall have sufficient technical, personnel and organisational capacity to fulfil the assignment. Documentation: Account of the available workforce (administrative management and other employees) that the tenderer has at his disposal for the fulfilment of the contract. An account of the technical tools that, amongst other things, can use the following systems/programmes: — Autodesk Revit 2018, — Autocad Civil 3D 2018, — Solbri Model Checker, — Navisworks, — VDC/ICE, — Open exchange format (IFC and land-XML). Three tenderers per station, who best fulfil the below two selection criteria, will be selected amongst the tenderers who fulfil the abovementioned qualification requirements. — Assignment comprehension, — The offered architect´s education and relevant experience.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession

Section IV: Procedure

IV.1) Description
IV.1.2) Type of contest
Restricted
Number of participants to be contemplated: 18
IV.1.7) Names of participants already selected:
IV.1.9) Criteria for the evaluation of projects: The following criteria, not in any order of priority, will be emphasised when the competition proposals are evaluated: — Architectural design of the station. — How the surrounding conditions are taken into consideration. — Experienced safety for travellers. — Feasibility as regards relevant safety, health and work environment requirements. — Universal design. — Lighting concept. — Information. — How the proposal takes care of Ruter´s design programme. — The station´s readability. — Cost of the architectural system, including, amongst other things, choice of materials. — The environment.
IV.2) Administrative information
IV.2.2) Time limit for receipt of projects or requests to participate
Date: 12/01/2018
Local time: 12:00
IV.2.3) Date of dispatch of invitations to participate to selected candidates
IV.2.4) Languages in which projects or requests to participate may be drawn up:
Norwegian
IV.3) Rewards and jury
IV.3.1) Information about prize(s)
A prize/prizes will be awarded: no
IV.3.2) Details of payments to all participants: Each competition proposal will receive a fee of NOK 150,000 excluding VAT.
IV.3.3) Follow-up contracts
Any service contract following the contest will be awarded to the winner or winners of the contest: yes
IV.3.4) Decision of the jury
The decision of the jury is binding on the contracting authority/entity: no
IV.3.5) Names of the selected members of the jury:

Section VI: Complementary information


VI.3) Additional information
: The competition proposals in the design contest shall be submitted by 03.04.18, 12:00 to address: The Development and Competence Department, Strømsveien 102, Reception, 5th floor. 0606 Oslo The reception is open weekdays 08:00 – 15:35. Post: The Development and Competence Department, Post Box 6538 Etterstad. 0606 Oslo
VI.4) Procedures for review
VI.4.1) Review body
Utviklings- og kompetanseetaten
Postboks 6538 Etterstad
Oslo
0606
Norway
VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
VI.4.4) Service from which information about the review procedure may be obtained

VI.5) Date of dispatch of this notice:

12/12/2017

Weitere Ergebnisse zum Thema

Jetzt Abonnent werden um alle Bilder zu sehen

jetzt abonnieren

Schon wa Abonnent?
Bitte einloggen