Contract award - Framework agreement for electrical services, Ringerike municipality

The aim of the contract is to ensure Ringerike municipality access to qualified tradesmen within stated disciplines for planned and ongoing installation work that occurs in connection with the operation and maintenance of the buildings. The framework agreement shall cover Ringerike municipality ́s need for electrical works in the entire …

CPV: 51000000 Installation services (except software), 31000000 Electrical machinery, apparatus, equipment and consumables; lighting, 31710000 Electronic equipment, 45000000 Construction work, 45310000 Electrical installation work, 45315100 Electrical engineering installation works, 71300000 Engineering services, 71314100 Electrical services
Place of execution:
Contract award - Framework agreement for electrical services, Ringerike municipality
Awarding body:
Ringerike Kommune
Award number:
2024/6704

1. Buyer

1.1 Buyer

Official name : Ringerike Kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Contract award - Framework agreement for electrical services, Ringerike municipality
Description : The aim of the contract is to ensure Ringerike municipality access to qualified tradesmen within stated disciplines for planned and ongoing installation work that occurs in connection with the operation and maintenance of the buildings. The framework agreement shall cover Ringerike municipality ́s need for electrical works in the entire municipality. The contract is for the following disciplines: Electrical servicesProduct assortment that covers the contracting authority ́s need for electrical work, heavy and low current and electrical material. Services and materials in connection with the improvement of possibly wrong emergency lighting systems, fire alarm installations, building automation/control systems, thermographing, ICT/spread network and inspection and inspection of solar cells installationsInter-control electric vehicle chargers Main boards and sub-distribution data cabling Improvements and installationsProject minor assignments Assistance within ENØK work The contracting authority informs about: SD systems are not included in this agreement UPS battery package is not included in this contract Annual inspections, emergency and management system is not included in this agreement
Procedure identifier : 4edb17e3-3f8c-4ea6-93eb-ffa34bef29ba
Previous notice : 4bee7237-8b4a-46b1-ab0a-8f3073fb2e1d-01
Internal identifier : 2024/6704
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority would like to enter into a contract with three tenderers who enter into parallel agreements. The call-offs will be made according to the fossefall method, where the tenderer set as no. 1 will receive the daily assignments, whilst all major jobs estimated a value over NOK 200,000. e.g. VAT will be published as mini competitions. The contract will start in October 2024 and will run until October 2026, with an option for an extension for 1+1.The maximum length of the agreement is October 2028. It is difficult to estimate the exact volume as it is at all times dependent on the contracting authority ́s grants and needs. Major work will normally not be a part of this procurement, but will be carried out as separate call-offs when needed.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45315100 Electrical engineering installation works
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71314100 Electrical services

2.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway

2.1.4 General information

Call for competition is terminated
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Contract award - Framework agreement for electrical services, Ringerike municipality
Description : The aim of the contract is to ensure Ringerike municipality access to qualified tradesmen within stated disciplines for planned and ongoing installation work that occurs in connection with the operation and maintenance of the buildings. The framework agreement shall cover Ringerike municipality ́s need for electrical works in the entire municipality. The contract is for the following disciplines: Electrical servicesProduct assortment that covers the contracting authority ́s need for electrical work, heavy and low current and electrical material. Services and materials in connection with the improvement of possibly wrong emergency lighting systems, fire alarm installations, building automation/control systems, thermographing, ICT/spread network and inspection and inspection of solar cells installationsInter-control electric vehicle chargers Main boards and sub-distribution data cabling Improvements and installationsProject minor assignments Assistance within ENØK work The contracting authority informs about: SD systems are not included in this agreement UPS battery package is not included in this contract Annual inspections, emergency and management system is not included in this agreement
Internal identifier : 2024/6704

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45315100 Electrical engineering installation works
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71314100 Electrical services

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information :

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall price annex 2 Tender Form. All prices shall be excluding VAT.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Quality
Description : Competence and experience for the offered personnel will be assessed under this criteria. Tenderers shall give a description of their organisation intended for the framework agreement. A permanent gender neutral preferred at the tenderer shall be named, who will be responsible for following-up all deliveries connected to the contract. Tenderers shall also state a professional team who shall be responsible for the execution of the assignments. The contracting authority draws attention to the fact that the offered personnel shall comply with the contract. Tenderers shall submit cVs for the following personnel, where a person can have several roles, but the response shall then be given: 1 item Assignment Manager 1 item Project manager, major projects within electro. Municipal purpose-built buildings will be weighted positively 1 item Installer 3 units. Installers 1 item Personnel with good knowledge in emergency power and crisis management. 1 dedicated resource for internal control electro. The contracting authority will emphasise the tenderer's offered competence in relation to education, certificates of apprenticeship and certificates, as well as their experience with assignments from municipal purpose-built buildings and assignments, described in the different categories listed above. The contracting authority will also emphasise the tenderer ́s account of how the tenderer intends to organise and follow-up the contract, in order to cover the contracting authority ́s needs at any given time. Also considering response time for rush assignments. Staffing for long-term illness and other reasons for replacing personnel.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Environment and climate
Description : Annex "Response to the environment criteria" shall be comprehensived. This entire award criteria applies. Sub-criteria Transport (50%) The contracting authority would like transport to be as environmentally friendly as possible. Tenderers shall commit to a minimum share of zero emission vehicles in the contract period. "Zero emission" means the contracting authority's vehicles that go on electricity, hydrogen or biogas. The contracting authority expects a share of minimum 20% of vehicles in the contract to be used fossil free. (one in five means of transport used in the contract work). The contracting authority emphasises increased use of fossil free means of transport in the contract period positively. If none of the vehicles offered in the contract period can be offered fossil free, this point in the environment criteria will not be counted. The tenderer will have a discretionary distribution of points based on how many vehicles are offered fossil free. Innovation / improvement with environmentally friendly products (25%) The description may include, but is not limited to, measures to reduce energy consumption per lumen, use of recycled materials, replacement of non-renewable resources with renewable resources, etc. An example of innovation is the product Multilume Re:Think from Fagerhult. Tenderers can document improvements to their products with EDPs, with a product phase (A1-A3) and use phase (B6). The points for the criterion are judgementally based on how well the tenderer describes the point, for innovation and improvement with environmentally friendly products. Waste/disassembly and re-use (25%)
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Ringerike, Asker og Bærum tingrett

6. Results

Value of all contracts awarded in this notice : 40 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Krøderen Elektro AS
Tender :
Tender identifier : 2024/6704
Identifier of lot or group of lots : LOT-0000
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 2024/16056
Date on which the winner was chosen : 22/10/2024
Date of the conclusion of the contract : 09/12/2024
The contract is awarded within a framework agreement : no

6.1.3 Non-winning tenderers :

Tenderer :
Official name : M. Carlsen & Sønn Jevnaker AS
Tenderer :
Official name : XPERT INSTALLASJON AS

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : Ringerike Kommune
Registration number : 940100925
Postal address : Osloveien 1 Rådhuset
Town : HØNEFOSS
Postcode : 3511
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Heid Kristin Bjørkeslett
Telephone : +47 32117400
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Ringerike, Asker og Bærum tingrett
Registration number : 926725963
Town : Sandvika
Postcode : 1302
Country : Norway
Telephone : 67576500
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : XPERT INSTALLASJON AS
Registration number : 981574036
Postal address : Stoltenbergs gate 48
Town : TØNSBERG
Postcode : 3112
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Contact point : XPERT INSTALLASJON AS
Telephone : 33301450
Roles of this organisation :
Tenderer

8.1 ORG-0004

Official name : Krøderen Elektro AS
Registration number : 941163343
Postal address : 3535 Krøderen
Town : KRØDEREN
Postcode : 3535
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Krøderen Elektro AS
Telephone : 32147050
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0005

Official name : M. Carlsen & Sønn Jevnaker AS
Registration number : 994231146
Postal address : Musmyrvegen 2
Town : Jevnaker
Postcode : 3520
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : M. Carlsen & Sønn Jevnaker AS
Telephone : 93241102
Roles of this organisation :
Tenderer

11. Notice information

11.1 Notice information

Notice identifier/version : 71fd0d04-064b-4e55-9776-e905946ed807 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 25/02/2025 07:36 +00:00
Notice dispatch date (eSender) : 25/02/2025 08:16 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00128957-2025
OJ S issue number : 40/2025
Publication date : 26/02/2025