E51 Automation (Kongshaugen sewage treatment plant)

The builder shall enter into a contract with one contractor for the execution of contract E51 Automation. Ålesund municipality is the contract party. The builder shall enter into a contract with one contractor for the execution of contract E51 Automation. Ålesund municipality is the contract party.

CPV: 32420000 Network equipment, 45000000 Construction work, 45232430 Water-treatment work, 45252000 Construction works for sewage treatment plants, purification plants and refuse incineration plants, 45252200 Purification plant equipment, 45252210 Water purification plant construction work, 48900000 Miscellaneous software package and computer systems, 48921000 Automation system, 72000000 IT services: consulting, software development, Internet and support, 72200000 Software programming and consultancy services, 72243000 Programming services
Place of execution:
E51 Automation (Kongshaugen sewage treatment plant)
Awarding body:
Ålesund kommune
Award number:
87161

1. Buyer

1.1 Buyer

Official name : Ålesund kommune
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : E51 Automation (Kongshaugen sewage treatment plant)
Description : The builder shall enter into a contract with one contractor for the execution of contract E51 Automation. Ålesund municipality is the contract party.
Procedure identifier : 18c7917f-1a7e-469c-adee-f97f71cff297
Internal identifier : 87161
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Ålesund municipality and Sula municipality cooperate through the project "BLÅ – fjords for the future", to construct a new sewage treatment plant at Kongshaugen (Kvasnes) in Sula municipality. The aims in the project are as follows: Cleaner fjord systemLovlig system for sewage waterBærekraftig system for the futureIt new sewage treatment facility shall have sufficient treatment capacity to handle sewage water that shall be supplied from Sula municipality and Ålesund municipality, and shall be designed as a secondary treatment facility. The treatment facility shall be constructed in rock. The contract includes the following: Rock installations and administration buildings: Automation equipment such as PLS, IO, network equipment etc. for assembly in the automation boards described in the contract E41 Electro technical installations, the rock plant Kongshaugen. Software and programming, testing and commissioning of PLC equipment for control and interface with a top system delivered by Ålesund municipality. Automation equipment such as PLS, IO, network equipment etc. for assembly in the boards described in the contract E21 Construction work Kongshaugen. Software and programming, testing and commissioning of PLC equipment for control and interface with the top system delivered by Ålesund municipality for approx. 13 pump stations, valve houses/valve manholes etc. on the transfer system. See the tender documentation part II for further information on the contents of the procurement. See part II - E. The abidance deadline: 3 months after the final tender has been submitted for information.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 45232430 Water-treatment work
Additional classification ( cpv ): 45252000 Construction works for sewage treatment plants, purification plants and refuse incineration plants
Additional classification ( cpv ): 45252200 Purification plant equipment
Additional classification ( cpv ): 45252210 Water purification plant construction work
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 48921000 Automation system
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72243000 Programming services

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften -

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 : E51 Automation (Kongshaugen sewage treatment plant)
Description : The builder shall enter into a contract with one contractor for the execution of contract E51 Automation. Ålesund municipality is the contract party.
Internal identifier : 87161

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 45232430 Water-treatment work
Additional classification ( cpv ): 45252000 Construction works for sewage treatment plants, purification plants and refuse incineration plants
Additional classification ( cpv ): 45252200 Purification plant equipment
Additional classification ( cpv ): 45252210 Water purification plant construction work
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 48921000 Automation system
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72243000 Programming services
Options :
Description of the options : No options

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 23 Month

5.1.4 Renewal

Maximum renewals : 0

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 : 8.3.4 Economic and financial capacity requirements
Description : Requirement: Tenderers shall have good economic and financial capacity to fulfil the contract. The financial capacity will be assessed on the basis of i.a. turnover, profit margin, solidity, liquidity, credit score and payment history. Documentation requirement: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from the last three completed fiscal years (2021, 2022 and 2023). The contracting authority reserves the right to carry out a credit assessment itself. 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 : 8.3.6 Quality assurance system requirements
Description : Requirement: The tenderer shall have a good and implemented quality assurance system. Documentation requirement: A description of the tenderer's quality assurance system. The description shall as a minimum contain information on how the tenderer ́s quality assurance system is built up and implemented in the organisation, how assignments and responsibilities are distributed, how the management follows up, and on audits. If a tenderer is certified in accordance with ISO 9001 or equivalent certifications, it is sufficient to enclose a copy of a valid certificate. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : 8.3.7 Environmental management system requirements
Description : Requirement: Tenderers shall have a good and implemented environmental management system. Documentation requirement: A description of the tenderer's environmental management system. The description shall, as a minimum, include information on how the tenderer's environmental management system was built up and implemented in the organisation, the tenderer's environmental goals, environmental policy, how results are measured, and how the management follows up. If a tenderer is certified in accordance with ISO 14001, EMAS, Miljøfyrtårn or equivalent certifications, it is sufficient to enclose a copy of a valid certificate. 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 : 8.3.2 Requirement for tax certificate
Description : Requirement: Tenderers shall have their tax and duty payments in order. Documentation requirement: Tax certificate not older than six months calculated from the deadline for submitting a request for participation in the competition. Tax certificate means: Norwegian tenderers: A tax and VAT certificate issued by the tax office via Altinn. Foreign tenderers: Equivalent certificates from their own country that show that they have their tax and duty payments in order. 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 : 8.3.3 Registration, authorisation, etc.
Description : Requirement: The tenderer shall be a legally established company. Documentation requirement: Norwegian tenderers: Completed enquiry form containing company name and organisation number. The contracting authority will verify that the requirement is met through a look-up in the Register of Business Enterprises. Norwegian companies do not, therefore, need to submit documentation for this requirement beyond the completed enquiry form. Foreign tenderers: Documentation that shows 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 : 8.3.5 Technical and professional qualification requirements
Description : Tenderers shall have sufficient experience from relevant projects. This means experience with programming, assembling, testing and commissioning a complete automation system for: - sewage treatment plant for at least 10,000 PE or a water treatment facility with full purification and capacity over 100 l/sec - remote control/monitoring pump stations. The above mentioned points must not be fulfilled in each reference project, but shall be fulfilled in the reference projects in total. The contractor must not have delivered the top system himself. The reference projects must be carried out by the tenderer themselves or by sub-suppliers who shall carry out the relevant parts of the contract. If so, documentation must also be submitted that the sub-contractor is a supporting company in accordance with the competition description point 8.3.1. Documentation requirement: An overview of up to five (5) assignments carried out during the last ten (10) years calculated from the deadline for submitting a request for participation in the competition. If the tenderer cannot document fulfilment of the qualification requirement with five reference projects, the tenderer can provide several reference projects. The overview shall include the following for each of the assignments: - Name of the builder (contracting authority). - Date of the delivery. - Description of what the contract work was like, including relevance to the qualification requirement. - What work was carried out by the tenderer and what work was carried out by sub-contractors (contractual partners). This qualification requirement is to be documented by a supplement of part I Annex 3 - Reference Descriptions. If a tenderer will use other companies to fulfil parts of the qualification requirement, the limit applies to the number of reference projects combined for both the tenderer and the supporting company. Minimum qualification requirements
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Description : Selection criteria in accordance with the competition description point 8.6: The tenderer's experience from relevant projects. When selection of qualified tenderers, the contracting authority will undertake an overall assessment of the tenderer ́s relevant projects. Experience with programming, assembling, testing and commissioning complete automation installations will be particularly emphasised for: > sewage treatment plant for at least 10,000 PE or a water treatment facility with full purification and capacity over 100 l/sec > remote control/monitoring pump stations. > sewage treatment plant with secondary treatment or phosphor removal. Emphasis will also be put on the project ́s contract value. Documentation requirement: The selection will be based on the submitted documentation for the qualification requirement in point 8.3.5.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The price will be assessed on the basis of the total sum stated in the summary of price-bearing items in the quantity description. Documentation requirement: Completed price form (part II point F) and quantity description (part II point C.2). The prices shall be stated in NOK and excluding VAT. If there are deviations between the price form in part II – F Vederlaget E51 and the quantity description in part II – C.2 Technical Description E51, the quantity description will go before the price form.
Weight (percentage, exact) : 55
Criterion :
Type : Quality
Name : Implementation of the assignments
Description : The contracting authority will evaluate the following under the award criteria "Assignment Implementation": 1. To what degree the contractor has a good, concrete and project adapted plan for the project as regards: > Testing and Commissioning > Co-ordination with other contracts for the treatment plant and transfer facility. > How the contractor will work to avoid delays in deliveries that affect the progress of the project. 2. The contractor ́s progress plan with milestones and completion dates. Emphasis will also be put on whether the plan is realistic, robust and thoughtful. Documentation requirement: Tenderers shall submit the following: 1. A general implementation plan with a description of the following: > Testing and Commissioning > How the Contractor will interact with and adapt to other contracts in the project. > A general plan describing how the contractor shall ensure deliveries. Point 1 shall be documented by a supplementary part I annex 6 - Implementation of the Assignment. The description for point 1 should be max. 4 A4 pages (font size 10 points or greater). Anything beyond 4 pages, as well as annexes to the description, will not be evaluated. 2. A general progress plan for the contractor's work. The plan shall show the execution of the total contract work at a minimum level as a general progress plan shown in part II E.3.2 – Progress Plan E51. Tenderers are asked to have the response of point 2 marked with "Progress Plan" in the file name.
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Project organisation
Description : The contracting authority will evaluate the following under the award criteria "Project Organisation": 1. Whether the contractor has an organisation that is adapted to the project, with clear roles and areas of responsibility. 2. The offered key personnel ́ relevant formal competence and experience from previous assignments. Key personnel means project manager and two central project employees. Documentation requirement: Tenderers shall submit the following: 1. Overview of how the contractor will organise himself in the project, including an overview of the roles and areas of responsibility in the project, as well as any sub-contractors (disciplines). Furthermore, the contractor shall explain/justify the organisation. Point 1 shall be documented by a detailed description of Part I Annex 7 - Project Organisation. The response to point 1 should be at maximum 3 A4 pages (font size 10 points or greater). Anything beyond three pages, as well as annexes to the response, will not be evaluated, except for any annex with an organisation chart. 2. CVs for offered key personnel: Point 2 shall be documented by a supplementary part I annex 8 - CVs for key personnel. Tenderers can use their own CV template for as long as the information requested in the contracting authority ́s CV template is in the CV.
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 : 18/02/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/247466793.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
Description of the financial guarantee : In accordance with NS 8405
Deadline for receipt of requests to participate : 28/02/2025 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 : See the annex in Part II.
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See Annex Part II - B.2 Special Contract Terms and Part II - F Re-tender.

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 : Møre og Romsdal tingrett
Organisation providing additional information about the procurement procedure : Inventura AS

8. Organisations

8.1 ORG-0001

Official name : Inventura AS
Registration number : 983351417
Postal address : Solheimsgaten 15
Town : Bergen
Postcode : 5058
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Saffa Galal
Telephone : +47 55134480
Internet address : https://www.inventura.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Ålesund kommune
Registration number : 929911709
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country : Norway
Contact point : Saffa Galal
Telephone : +47 41598766
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Møre og Romsdal tingrett
Registration number : 926723200
Postal address : Postboks 1354 Sentrum
Town : Ålesund
Postcode : 6001
Country : Norway
Telephone : +47 70334700
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 9053c03a-7d18-4bb8-8270-d8756d06e81e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/01/2025 18:20 +00:00
Notice dispatch date (eSender) : 23/01/2025 07:36 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00053025-2025
OJ S issue number : 17/2025
Publication date : 24/01/2025