24/3930 Operation and maintenance of street lights

The contracting authority would like to establish parallel framework agreements with two (2) tenderers, who in an environmentally and cost efficient way cover their need for operation and maintenance of street lights. The procurement of goods, such as parts and technical components for the street light installations, is also included …

CPV: 31000000 Electrical machinery, apparatus, equipment and consumables; lighting, 45000000 Construction work, 50000000 Repair and maintenance services, 50230000 Repair, maintenance and associated services related to roads and other equipment, 50232000 Maintenance services of public-lighting installations and traffic lights, 51110000 Installation services of electrical equipment
Deadline:
March 5, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
24/3930 Operation and maintenance of street lights
Awarding body:
Stange kommune
Award number:
2024/3930

1. Buyer

1.1 Buyer

Official name : Stange 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 : 24/3930 Operation and maintenance of street lights
Description : The contracting authority would like to establish parallel framework agreements with two (2) tenderers, who in an environmentally and cost efficient way cover their need for operation and maintenance of street lights. The procurement of goods, such as parts and technical components for the street light installations, is also included as a part of the agreement. Further description of the procurement is in the assignment description and requirement specifications (Annex 1) the Contracting Authority shall enter into a framework agreement with up to two (2) tenderers. Based on historical figures, the framework agreement is expected to have an annual value of NOK 800,000 - 1,000,000 excluding VAT. The estimated value shall be seen as a guideline and is not binding for the contracting authority. The contracting authority shall have the possibility to procure further services, products and hours at the agreed prices. The contracting authority ́s use of the services can therefore vary both up and down as regards the estimated volume and it is important that the tenderer has the capacity to meet the contracting authority ́s actual procurement volume. The contracting authority will be bound by call-offs against the framework agreement. The total estimated value for the entire contract period is NOK 3,200,000 - 4,000,000. Excluding VAT. The maximum value for the entire framework agreement period is NOK 8,000,000 excluding VAT.
Procedure identifier : dc7615b1-80b1-4262-9d1a-e64914e9fd48
Internal identifier : 2024/3930
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the regulations 12 August 2016 no. 974 on public procurements (FOA) parts I and III. The competition will be held as an open tender contest, cf. the Public Procurement Regulations § 13-1 (1). Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations § 24-8(1) b. The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties etc., which must not be considered insignificant, cf. The regulations § 24-8(2) a.The tenderer is strongly encouraged to follow the instructions given in the procurement documents and to possibly ask questions about uncertainties to a gender neutral preferred via Mercell.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50232000 Maintenance services of public-lighting installations and traffic lights
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50230000 Repair, maintenance and associated services related to roads and other equipment
Additional classification ( cpv ): 51110000 Installation services of electrical equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone
Maximum value of the framework agreement : 8 000 000 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 : 24/3930 Operation and maintenance of street lights
Description : The contracting authority would like to establish parallel framework agreements with two (2) tenderers, who in an environmentally and cost efficient way cover their need for operation and maintenance of street lights. The procurement of goods, such as parts and technical components for the street light installations, is also included as a part of the agreement. Further description of the procurement is in the assignment description and requirement specifications (Annex 1) the Contracting Authority shall enter into a framework agreement with up to two (2) tenderers. Based on historical figures, the framework agreement is expected to have an annual value of NOK 800,000 - 1,000,000 excluding VAT. The estimated value shall be seen as a guideline and is not binding for the contracting authority. The contracting authority shall have the possibility to procure further services, products and hours at the agreed prices. The contracting authority ́s use of the services can therefore vary both up and down as regards the estimated volume and it is important that the tenderer has the capacity to meet the contracting authority ́s actual procurement volume. The contracting authority will be bound by call-offs against the framework agreement. The total estimated value for the entire contract period is NOK 3,200,000 - 4,000,000. Excluding VAT. The maximum value for the entire framework agreement period is NOK 8,000,000 excluding VAT.
Internal identifier : 2024/3930

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50232000 Maintenance services of public-lighting installations and traffic lights
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50230000 Repair, maintenance and associated services related to roads and other equipment
Additional classification ( cpv ): 51110000 Installation services of electrical equipment

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement shall be valid for 2 years from when it is signed. In addition there will be an option with a unilateral right for the contracting authority to extend the framework agreement on the same terms once or several times for up to a further 2 years. If the contracting authority gives notification otherwise, the contract will be automatically extended for one year at a time, until the maximum contract length is four (4) years, or until the maximum value of the framework agreement is achieved.

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone
Maximum value of the framework agreement : 8 000 000 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: Minimum qualification requirements Demand: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Credit rating B, credit worthy with security is sufficient to meet the requirement. Tenderers must have positive equity. Documentation requirement: To be declared in the ESPD and tender letter. Documented on request: • Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports. • If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
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? Minimum qualification requirements Demand: Tenderers are required to have a well-functioning quality assurance system, or are certified for quality assurance. Documentation: To be declared in the ESPD and tender letter. Documented on request: If a tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. If the tenderer is not certified, a description shall be given of the tenderer ́s system (routines and measures) for quality assurance and any further documentation/certificates that concretely show what type of system the tenderer has and be able to document the following: a) Documented method/procedure for planning and carrying out assignments included in the framework agreement. b) Description of routines for self-control when performing the work c) Description of the company's system for following-up deviations and unwanted events, as well as other improvement work including revisions of the system. d) Description of the company's risk management system, including HSE e) Description of the company's alteration management system. f) Description of the company's system for following-up any sub-suppliers.
Use of this criterion : 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? Minimum qualification requirements Demand: Tenderers are required to have a well-functioning environmental management system, or are certified for environmental management. Documentation: To be declared in the ESPD and tender letter. Documented on request: Tenderers shall document an environmental management system which as a minimum consists of routines for safeguarding the following elements: a) The company's environmental targets and environmental policy. b) Strategy in the environmental area c) Provision of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.
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. Minimum qualification requirements Demand: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation: To be declared in the ESPD and tender letter. Documented on request: • Norwegian companies: Company Registration Certificate. • Foreign companies: Proof that
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Demand: Tenderers shall have experience with the execution of comparable contracts. Documentation: To be declared in the ESPD and tender letter. Documented on request. A list with an overview of the three most relevant assignments in the last 3 years. The list shall as a minimum contain: • The name of the customer/contracting authority. • Brief description of the delivery, • Date of the delivery, • Contract value and scope, • A gender neutral preferred for each delivery, as well as a telephone number and email address. The contracting authority reserves the right to contact the listed references in order to verify the extent and quality. It is the tenderer ́s responsibility to document relevance through the description. Comparable assignments include the delivery of a comparable nature to entities of a similar size and complexity.
Use of this criterion : 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. Minimum qualification requirements Demand: Tenderers must have sufficient capacity and implementation ability to fulfil the contract. The tenderer and offered personnel shall fulfil the requirements in the "Regulations on electrical companies and the qualification requirements for work connected to electrical installations and electrical equipment". a) Tenderers are required to have available a minimum of three energy installers and must have knowledge of work in or close to network stations, as some installations require access to a network station. In a normal service situation, energy installers with certificates of apprenticeship will be sufficient, but personnel who are qualified to enter Elvia ́s network stations must also be offered, as several of the ignition cupboards are still available. b) Tenderers must have personnel with competence in engineering design services and planning of street light installations, including light calculations. Documentation: To be declared in the ESPD and tender letter. Documented on request. • Description of the company's manpower and organisation in relation to deliveries in accordance with the framework agreement ́s requirements. • A description of the tenderer ́s number of qualified personnel that the tenderer can use for fulfilment of the contract: - Energy installers with a certificate of apprenticeship. - Energy installers with knowledge of work in or close to Elvia ́s network stations. Personnel with competence within engineering design services and planning of street light installations, including light calculations.
Use of this criterion : 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: Minimum qualification requirements Demand: The tenderer shall have methods for management of the supply chain and traceability system such as enables follow-up of the requirements. to ethical trade - basic requirements for human rights, environment and ILO's core conventions Documentation: To be declared in the ESPD and tender letter. Documented on request: A description of the traceability systems that the tenderer will use for the execution of the framework agreement. Description shall state methods and/or systems that enable tracing of production locations and country of origin that are involved in the supplier chain for the products that are delivered in this framework agreement.
Use of this criterion : 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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The total evaluation sum in annex 4a will be evaluated. Documentation: • A completed price form is completed, cf. Part II Annex 4A price form.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Environment
Description : - A high percentage of use of climate-friendly vehicles for the execution of assignments in the framework agreement will be emphasised positively. Documentation: • Tenderers shall state the share of the assignments in the contract that shall be carried out with vehicles with different fuel technologies each year, cf. annex 1 – Requirement 2.2.2. Tenderers shall fill in annex 2A vehicle form.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Competence, experience and team composition.
Description : • Competence and experience for the following key resources will be assessed: - Executive officer/designer - Site manager/BAS - Energy installers • Team composition and transfer of experience See annex 1 - Requirement 2.2.4 for further descriptions of the contracting authority ́s need for emphasis. Documentation: • Annex 2: Replies to Annex 1 - Requirement 2.2.4 • CVs for offered key personnel.
Weight (percentage, exact) : 20
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 : 21/02/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/243405354.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 : 05/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 05/03/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : 5.1 Requirements for wages and working conditions. The contract will include requirements for wages and working conditions, documentation and sanctions in accordance with regulations from 8 February 2008 no. 112 on wages and working conditions in public contracts. Tenderers shall fulfil the current requirements for their employees. 5.2 Apprentice requirements Furthermore, the contract requires that the tenderer is affiliated to an apprenticeship scheme and that one or several apprentices participate in the execution of the contract work. 5.3 Requirements for the number of links in the supplier chain The contract requires that the tenderers can have a maximum of one chain in the supplier chain. under them. See the tender documentation part II for further information on the contract terms.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet tingrett

8. Organisations

8.1 ORG-0001

Official name : Stange kommune
Registration number : 970169717
Postal address : Storgata 45
Town : STANGE
Postcode : 2336
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Marielle Ellingsen
Telephone : +47 90063037
Internet address : https://odinprosjekt.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Østre Innlandet tingrett
Registration number : 926 723 669
Town : Hamar
Country : Norway
Telephone : 62 78 27 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : c428ca20-1164-4e34-9ac9-86acd7a90fba - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/01/2025 08:42 +00:00
Notice dispatch date (eSender) : 30/01/2025 11:52 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00070362-2025
OJ S issue number : 22/2025
Publication date : 31/01/2025