2024/1253 - Procurement of a framework agreement for minor construction assignments.

The aim of the procurement is to enter into parallel framework agreements for minor construction assignments in Bodø municipality. Assignments that Bodø municipality would like to have carried out can be connected to assignments within roads, water and sewage (HVAC) and/or other types of assignments. The execution of the assignment …

CPV: 45000000 Construction work, 43310000 Civil engineering machinery, 43320000 Construction equipment, 45113000 Siteworks, 45200000 Works for complete or part construction and civil engineering work, 45210000 Building construction work, 45231110 Pipelaying construction work, 45231300 Construction work for water and sewage pipelines, 45232000 Ancillary works for pipelines and cables, 45232453 Drains construction work
Deadline:
April 8, 2025, 2 p.m.
Deadline type:
Submitting a bid
Place of execution:
2024/1253 - Procurement of a framework agreement for minor construction assignments.
Awarding body:
Bodø kommune
Award number:
2024/1253

1. Buyer

1.1 Buyer

Official name : Bodø kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 2024/1253 - Procurement of a framework agreement for minor construction assignments.
Description : The aim of the procurement is to enter into parallel framework agreements for minor construction assignments in Bodø municipality. Assignments that Bodø municipality would like to have carried out can be connected to assignments within roads, water and sewage (HVAC) and/or other types of assignments. The execution of the assignment shall be able to take place anywhere in Bodø municipality. The framework agreement will be valid for 2 years, with an option to extend the framework agreement for a further one year + one year, to a total maximum of four years. The estimated value of the framework agreement is between NOK 35 million and NOK 45 million excluding VAT per annum. This is equivalent to between NOK 140 million and NOK 180 million excluding VAT for the entire contract period of maximum four years (including options). The maximum financial limit for the framework agreement (including options) is NOK 225 million excluding VAT. See the contract, including the requirement specifications, c.f. the tender documentation point 2.2 part 2 for further information on the contract's extent and content.
Procedure identifier : f70015de-f0c2-498f-867f-e43301902b68
Internal identifier : 2024/1253
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement shall be made in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the regulations from 12 August 2016 no. 974 on public procurements (FOA). The procurement will be carried out as an open tender contest in accordance with PPR parts I and III. This procedure gives all interested tenderers the possibility to submit tenders for the competition.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 43310000 Civil engineering machinery
Additional classification ( cpv ): 43320000 Construction equipment
Additional classification ( cpv ): 45113000 Siteworks
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45231110 Pipelaying construction work
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45232453 Drains construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 225 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

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 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?
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?
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 : 2024/1253 - Procurement of a framework agreement for minor construction assignments.
Description : The aim of the procurement is to enter into parallel framework agreements for minor construction assignments in Bodø municipality. Assignments that Bodø municipality would like to have carried out can be connected to assignments within roads, water and sewage (HVAC) and/or other types of assignments. The execution of the assignment shall be able to take place anywhere in Bodø municipality. The framework agreement will be valid for 2 years, with an option to extend the framework agreement for a further one year + one year, to a total maximum of four years. The estimated value of the framework agreement is between NOK 35 million and NOK 45 million excluding VAT per annum. This is equivalent to between NOK 140 million and NOK 180 million excluding VAT for the entire contract period of maximum four years (including options). The maximum financial limit for the framework agreement (including options) is NOK 225 million excluding VAT. See the contract, including the requirement specifications, c.f. the tender documentation point 2.2 part 2 for further information on the contract's extent and content.
Internal identifier : 2024/1253

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 43310000 Civil engineering machinery
Additional classification ( cpv ): 43320000 Construction equipment
Additional classification ( cpv ): 45113000 Siteworks
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45231110 Pipelaying construction work
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45232453 Drains construction work
Options :
Description of the options : The framework agreement will be valid for 2 years, with an option to extend the framework agreement for a further one year + one year, to a total maximum of four years.

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 225 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and 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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : 8.3.5. Economic and financial position requirements
Description : Requirement: The tenderer shall have sufficient financial strength to be able to fulfil the contract. Documentation requirement: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from 2022 and 2023. In addition tenderers are requested to present a credit rating, not older than six months from the tender deadline, from a certified credit rating company. The Contracting Authority reserves the right to carry out a credit assessment itself. The financial strength will be assessed on the tenderer's turnover, liquidity, solidity and debt ratio. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for 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?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management 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?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : 8.3.3. Requirement for tax certificate
Description : Requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax certificate not older than six months from the tender deadline. Tax certificate means: For Norwegian tenderers: A tax and VAT certificate issued by the tax office via Altinn. Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 8.3.4. Requirement for the tenderer ́s registration, authorisation etc.
Description : Requirement: The tenderer shall be a legally established company. Documentation requirement: Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for building and construction 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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For public building and construction work, technical personnel or units that shall carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : 8.3.6. Requirement for technical and professional qualifications: Implementation ability
Description : Requirement: The tenderer shall have the necessary implementation ability to fulfil the contract. Documentation requirement: A short, overall description shall be given of the company, including: › Account of the company ́s core competence related to the scope of the delivery. › Description of how the tenderer is organised for the execution of this contract, as well as the tenderer ́s available capacity. › A description of the tenderer's average annual workforce and the number of employees in the management in the last three years. › A description of how much of the contract the tenderer is considering putting away to sub-suppliers. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 8.3.6. Technical and professional qualification requirements: Experience
Description : Requirement: Tenderers shall have good experience from relevant and comparable deliveries. 'relevant and comparable deliveries' means assignments of a relevant nature and scope that can be expected as call-offs under the framework agreement. Documentation requirement: Description of the tenderer's up to 5 most relevant and comparable deliveries from the last five years. Tenderers shall document fulfilment by filling in the attached template for reference descriptions; See Annex 4: Reference Descriptions. If a tenderer has signed certificates from previous assignments available, it is desirable that these are enclosed. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 8.3.6. Requirement for technical and professional qualifications: Quality assurance/management system.
Description : Requirement: Tenderers shall have a documented and implemented quality assurance system/management system. Documentation requirement: A brief description of the tenderer's quality assurance/management system. The description must, however, be so detailed that the Contracting Authority can undertake an independent assessment of whether the tenderer's quality assurance/management system can be considered well-functioning for this contract. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 8.3.6. Requirement for technical and professional qualifications: Environmental management system
Description : Requirement: Tenderers shall have a documented and implemented environmental management system. Documentation requirement: A short description of the tenderer's environmental management system that the tenderer will use for carrying out this contract. The description must, however, be so detailed that the Contracting Authority can undertake an independent assessment of whether the tenderer's environmental management system can be seen as well-functioning for this contract. If a tenderer is certified in accordance with ISO 14001 or equivalent certifications, it is sufficient to enclose a copy of a valid certificate. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 8.3.6. Requirement for technical and professional qualifications: HSE system
Description : Requirement: Tenderers shall have a documented and implemented HSE system. Documentation requirement: A brief description of the tenderer's HSE system. The description must, however, be so detailed that the Contracting Authority can undertake an independent assessment of whether the tenderer's HSE system can be considered well-functioning for this contract. The response must state that the HSE system will comply with the requirements in the Internal Control Regulations. If a tenderer is certified in accordance with ISO 45001 or equivalent certifications, it is sufficient to enclose a copy of a valid certificate. Minimum qualification requirements
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall submit the following: Complete Annex 5 Annex 1 - Price Form.
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Execution and key personnel
Description : Tenderers shall submit the following: Annex 1 Annex 1 - the Contracting Authority ́s requirement specifications and the tenderer ́s solution description requirements 3.1 and 4.2.
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Climate and environment
Description : The tenderer shall deliver the following: Annex 1 Annex 1 - the Contracting Authority's requirement specifications and the tenderer ́s solution description requirements 5.7 and 5.8.
Weight (percentage, exact) : 30
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 28/03/2025 15:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/250879373.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 08/04/2025 14:00 +00:00
Deadline until which the tender must remain valid : 95 Day
Information about public opening :
Opening date : 08/04/2025 14:00 +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 :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Salten og Lofoten tingrett
Organisation receiving requests to participate : Bodø kommune

8. Organisations

8.1 ORG-0001

Official name : Bodø kommune
Registration number : 972418013
Postal address : Kongens gt. 23
Town : BODØ
Postcode : 8006
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Contact point : Helene Winther Dahl
Telephone : +47 75555000
Fax : +47 75555018
Internet address : http://www.bodo.kommune.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Salten og Lofoten tingrett
Registration number : 826723122
Town : Bodø
Country : Norway
Telephone : +47 75434900
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : c3ff1c43-4534-4e75-bd41-4ba76a01f3df - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/02/2025 17:41 +00:00
Notice dispatch date (eSender) : 28/02/2025 07:36 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00137414-2025
OJ S issue number : 43/2025
Publication date : 03/03/2025