2025-20 Sørsund bridge - Reinforcement phase 1

About the Assignment - the purpose of the procurement and the extentSørsund bridge is a 400 m long bridge that crosses Sørsundet in Kristiansund. The bridge is central in the centre of Kristiansund, and it connects the island of Innlandet to Kirklandet. The bridge is located on county road 6242 …

CPV: 45221100 Construction work for bridges, 44212100 Bridge, 45000000 Construction work, 45221119 Bridge renewal construction work
Deadline:
March 28, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
2025-20 Sørsund bridge - Reinforcement phase 1
Awarding body:
Møre og Romsdal Fylkeskommune
Award number:
2025/6419

1. Buyer

1.1 Buyer

Official name : Møre og Romsdal Fylkeskommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 2025-20 Sørsund bridge - Reinforcement phase 1
Description : About the Assignment - the purpose of the procurement and the extentSørsund bridge is a 400 m long bridge that crosses Sørsundet in Kristiansund. The bridge is central in the centre of Kristiansund, and it connects the island of Innlandet to Kirklandet. The bridge is located on county road 6242 and has an ÅDT on 2744. There is no possibility of detour. The bridge was completed in 1963 and it was built as a free frame (FFB) over the main span and a slab bridge at the side pen. The bridge is one of the earliest FFB bridges in Norway.The aim of the measure is to strengthen the tower foot and foundations for the ship's driveway with a shock power of 40 MN, as well as increased wind loads. See the requirement specifications (Annex 2) and the Assignment Description (Annex 5) for further information on the assignment.
Procedure identifier : fdc06c14-effa-4165-8e7a-804e9f30358f
Internal identifier : 2025/6419
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : 1. A tender conference will be held via Teams 25.02.2025, 12:00. Hallvard Rangnes, Kjell Inge Langlo, is participating from the contracting authority. Tenderers who want to participate in the tender conference must notify Kjell Inge Langlo, email: kjell.inge.langlo@mrfylke.no 2. The tender offer shall be delivered electronically with a so-called 2 envelope system. Tender offers are to be submitted electronically in two separate documents and marked with Envelope 1 and Envelope 2.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45221100 Construction work for bridges
Additional classification ( cpv ): 44212100 Bridge
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45221119 Bridge renewal construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 65 000 000 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.
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 : 2025-20 Sørsund bridge - Reinforcement phase 1
Description : About the Assignment - the purpose of the procurement and the extentSørsund bridge is a 400 m long bridge that crosses Sørsundet in Kristiansund. The bridge is central in the centre of Kristiansund, and it connects the island of Innlandet to Kirklandet. The bridge is located on county road 6242 and has an ÅDT on 2744. There is no possibility of detour. The bridge was completed in 1963 and it was built as a free frame (FFB) over the main span and a slab bridge at the side pen. The bridge is one of the earliest FFB bridges in Norway.The aim of the measure is to strengthen the tower foot and foundations for the ship's driveway with a shock power of 40 MN, as well as increased wind loads. See the requirement specifications (Annex 2) and the Assignment Description (Annex 5) for further information on the assignment.
Internal identifier : 2025/6419

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45221100 Construction work for bridges
Additional classification ( cpv ): 44212100 Bridge
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45221119 Bridge renewal construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 12 Month

5.1.5 Value

Estimated value excluding VAT : 65 000 000 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) : no

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 : 1.2. Requirement of the Tenderer's economic and financial capacity.
Description : The qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. 1. Tenderers shall have positive equity. 2. Average annual turnover for the last three years as a minimum equivalent to annual turnover of Contract The documentation requirement: 1. The tenderer's Annual Financial Statements, Annual Report and Auditor's Report for the last three years and recent information (quarterly accounts) of relevance to the tenderer's fiscal figures. 2. An overview of any events of significance that have taken place since the publication of the last revised annual accounts. If the tenderer has a justifiable reason for not submitting the documentation, the contracting authority necessary, he can document his economic and financial capacity by presenting any other document of relevance to the company's fiscal figures/economy and which the contracting authority deems suitable. Tenderers shall justify why they cannot submit the documentation. the contracting authority has demanded. 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 : Other
Name : 2.5.4. Quality Assurance
Description : The qualification requirement: Tenderers shall be certified or in a process for certification in accordance with ISO 9001 (2015), of relevance. for equivalent transport projects The documentation requirement: 1. Certificate issued by an independent body that documents that the tenderer is certified in in accordance with ISO 9001 (2015). The independent body must be accredited by The Norwegian Language. accreditation or equivalent bodies in other EEA states. 2. If the tenderer is not certified, documentation must be enclosed from an independent body. that substantiates that the Tenderer is in a certification process. The independent body must. be accredited by Norwegian accreditation or equivalent bodies in other EEA countries. The documentation must show that the process is started at the latest 3 months before the tender deadline. Minimum qualification requirements
Use of this criterion : 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 : 1.1.Requirement of the tenderer ́s organisational and legal position.
Description : The qualification requirement: The tenderer shall be a legally established company. The requirement also applies to entities that the tenderer will rely on. The documentation requirement: 1. Certificate from the Register of Business Enterprises or an equivalent certificate in the country where the tenderers or the entities that jointly will make up the tenderer, as well as for all supporting entities 2. Completed table in E2 point 3.1, possibly point 3.4.
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 : 2.4 Requirement of the tenderer ́s technical and professional qualifications 2.4.1 Relevant experience
Description : The qualification requirement: Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from the following central Disciplines: 1. Quay construction 2. Piling works 3. Demolition work 4. Dredging work Tenderers shall have experience from the execution of work stated as central disciplines. There is not sufficient that the Tenderer only has experience from managing the sub-contractors ́ execution. If Tenderers only have experience from managing sub-contractors, the tenderer must rely on other companies that have the necessary experience from the execution of the work in question (disciplines). The documentation requirement: A list of up to 5 and not less than 3 contracts that the Tenderer has carried out or executes during the last five years calculated from the tender deadline. The list shall, cf. the form be included in the chapter E, include the following for each of the contracts: • Name of the recipient (contracting authority) • A description of what the contract work was like, including relevance to the stated central disciplines. • What work was carried out by the tenderer and what work was carried out by the sub-suppliers (contractual partners). • Date of the delivery. • The contract ́s value. • Reference person/gender neutral preferred at the contracting authority with contact data (telephone number and email address) and a statement of the person ́s role at the contracting authority during the contract. The tenderer is responsible for ensuring that the reference person is available and gives reference. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 2.4 Requirement of the tenderer ́s technical and professional qualifications. 2.4.2 Builders' experience
Description : The qualification requirement: Møre og Romsdal county and other builders ́ experiences with the tenderer will be appraised. Tenderers are required to show references to relevant contracts that the Tenderer has. carried out in a satisfactory manner. The conditions that will be assessed include, among other things: • documentation of completed quality. • fulfilment of contracts • compliance with provisions and procedures for HSE • compliance with provisions for wages and working conditions. • keeping deadlines • follow-up in the claims period. • the use of apprentices The documentation requirement: The qualification requirement is to be documented through the list described in the qualification requirement 'Relevant' experience". Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 2.5. Requirement for health, safety and environment (HSE) and quality 2.5.1. SHA system
Description : The qualification requirement: Tenderers shall have a system that shows that the Tenderer works proactively to safeguard the safety, health and the working environment (SHA), with relevance for equivalent work included in the this competition. The system shall be subject to regular audits. The documentation requirement: 1. Description of the tenderer's system for safeguarding SHA. 2. Table of contents for the system. 3. Documentation of the audit in recent years with confirmation from the person/persons who have made the audit. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 2.5. Requirement for health, safety and the environment (HSE) and quality. 2.5.2. Accident rate (H1-value)
Description : The qualification requirement: The tenderer and its key sub-suppliers ought to have an average H1 for the last three years lower than 15. If the tenderer is a working partnership (supplier consortium), the requirements apply for each of Participants. The H1-value is defined as the number of work accidents with absence in relation to the hours used multiplied. with 106 . The documentation requirement: 1. Overview of the company ́s H1-value and central contractual partners in the last three years. 2. If the H1-value is higher than 15, an account shall be provided of the developing trend for the H1 the value and possibly the F-value, which will express the severity of any high H1-value. Furthermore, a separate account shall be enclosed of whether improvement measures are implemented and in if so, also documentation on the effectiveness of these measures. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 2.5. Requirement for health, safety and the environment (HSE) and quality. 2.5.3. Outer environment
Description : The qualification requirement: Tenderers shall be certified or in a process for certification in accordance with ISO 14001 (2015), EMAS (EU The Eco-Management and Audit Scheme for environmental management), or the Eco-Lighthouse programme, with relevance for equivalent transport projects. The documentation requirement: 1. Certificate issued by an independent body that documents that the tenderer is certified in in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for environmental managment) or The Eco-Lighthouse. The independent body must be accredited of Norwegian accreditation or equivalent bodies in other EEA states. 2. If the tenderer is not certified, documentation must be enclosed from an independent body. that substantiates that the Tenderer is in a certification process. The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries. The documentation must show that the process is started at the latest 3 months before the tender deadline. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 21/03/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/238640431.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
Deadline for receipt of tenders : 28/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 34 Day
Information about public opening :
Opening date : 28/03/2025 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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Nøre og Romsdal tingrett

8. Organisations

8.1 ORG-0001

Official name : Møre og Romsdal Fylkeskommune
Registration number : 944183779
Postal address : Postboks 2500
Town : MOLDE
Postcode : 6404
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Arnt Ove Hol
Telephone : +47 71258000
Fax : +47 71258721
Internet address : http://www.mrfylke.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Nøre og Romsdal tingrett
Registration number : 974 745 623
Town : Molde
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 09b095bc-cf4c-4fbe-9512-b57261b3f57b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/02/2025 08:32 +00:00
Notice dispatch date (eSender) : 11/02/2025 09:31 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00093753-2025
OJ S issue number : 30/2025
Publication date : 12/02/2025