Framework agreements for control and maintenance services for the Southern operational area.

Statnett SF needs control and maintenance services within six (6) disciplines at numerous stations in the South operational area. There is talk of the following disciplines: 1 Oil separators, 2 Fire alarms and emergency lights, 3 Fire extinguishers and first-aid equipment, 4 Ventilation (HVDC and buildings), plumbing (cooling), cooling machine …

CPV: 50000000 Repair and maintenance services, 50400000 Repair and maintenance services of medical and precision equipment, 50410000 Repair and maintenance services of measuring, testing and checking apparatus, 50413000 Repair and maintenance services of checking apparatus, 50413200 Repair and maintenance services of firefighting equipment, 50430000 Repair and maintenance services of precision equipment, 50433000 Calibration services, 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery, 50530000 Repair and maintenance services of machinery, 50531000 Repair and maintenance services for non-electrical machinery, 50531400 Repair and maintenance services of cranes, 50531500 Repair and maintenance services of derricks, 50531510 Derrick-dismantling services, 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment, 50700000 Repair and maintenance services of building installations, 50710000 Repair and maintenance services of electrical and mechanical building installations, 50711000 Repair and maintenance services of electrical building installations, 50712000 Repair and maintenance services of mechanical building installations, 50720000 Repair and maintenance services of central heating, 50721000 Commissioning of heating installations, 50730000 Repair and maintenance services of cooler groups, 50750000 Lift-maintenance services, 50800000 Miscellaneous repair and maintenance services, 71000000 Architectural, construction, engineering and inspection services, 71356000 Technical services, 71356100 Technical control services, 71356200 Technical assistance services, 71356300 Technical support services, 71356400 Technical planning services, 71500000 Construction-related services, 71600000 Technical testing, analysis and consultancy services, 71630000 Technical inspection and testing services, 71631000 Technical inspection services, 71631100 Machinery-inspection services, 71631300 Technical building-inspection services, 71631400 Technical inspection services of engineering structures, 71631430 Leak-testing services, 71632000 Technical testing services, 71632100 Valve-testing services, 71632200 Non-destructive testing services, 71700000 Monitoring and control services, 71730000 Industrial inspection services, 71731000 Industrial quality control services, 79132000 Certification services
Place of execution:
Framework agreements for control and maintenance services for the Southern operational area.
Awarding body:
Statnett SF
Award number:
11236

1. Buyer

1.1 Buyer

Official name : Statnett SF
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Framework agreements for control and maintenance services for the Southern operational area.
Description : Statnett SF needs control and maintenance services within six (6) disciplines at numerous stations in the South operational area. There is talk of the following disciplines: 1 Oil separators, 2 Fire alarms and emergency lights, 3 Fire extinguishers and first-aid equipment, 4 Ventilation (HVDC and buildings), plumbing (cooling), cooling machine and well, 5 Motorised main gates, high voltage fences and manual gates and 6 shell protection and security doors. A total of 12 sub-contracts Statnett ́s subsidiary, Nordlink Norway AS (Org.nr. 995 204 517), shall also be able to use the contract, and is mainly connected to Ertsmyra station and Vollesfjord station.
Procedure identifier : 43e26799-4196-4056-a7b0-829ab2faf056
Previous notice : a43840ba-edf8-45c3-9f77-86f268a12e96-01
Internal identifier : 11236
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 : The procurement will take place in two stages. First, a (pre) qualification step where the tenderers apply to qualify and be chosen to submit a tender, and then a tender step where the tenderers selected in the (pre) qualification stage will be given a tender. After the tender deadline, any dialogue/negotiations may occur in several phases. The contracting authority reserves the right to reduce the number of tender offers that shall be negotiated before and possibly during the dialogue/negotiations. The reduction will be based on the stated award criteria. Introduction of dialogue/negotiations with any short-list tenderers is not to be considered as rejection of other tender offers. The contracting authority reserves the right to negotiate with the tenderers on all sides of the tender offer. The contracting authority reserves the right to fall back on the original tender if the dialogue/negotiations do not carry out. This also applies to tenders that have not been the subject of dialogue/negotiations. The contracting authority reserves the right to award the contract without negotiations. The contract(s) will be signed without another tender notice. See the tender documentation for more information.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50400000 Repair and maintenance services of medical and precision equipment
Additional classification ( cpv ): 50410000 Repair and maintenance services of measuring, testing and checking apparatus
Additional classification ( cpv ): 50413000 Repair and maintenance services of checking apparatus
Additional classification ( cpv ): 50413200 Repair and maintenance services of firefighting equipment
Additional classification ( cpv ): 50430000 Repair and maintenance services of precision equipment
Additional classification ( cpv ): 50433000 Calibration services
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery
Additional classification ( cpv ): 50531000 Repair and maintenance services for non-electrical machinery
Additional classification ( cpv ): 50531400 Repair and maintenance services of cranes
Additional classification ( cpv ): 50531500 Repair and maintenance services of derricks
Additional classification ( cpv ): 50531510 Derrick-dismantling services
Additional classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 50712000 Repair and maintenance services of mechanical building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 50721000 Commissioning of heating installations
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71356000 Technical services
Additional classification ( cpv ): 71356100 Technical control services
Additional classification ( cpv ): 71356200 Technical assistance services
Additional classification ( cpv ): 71356300 Technical support services
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71630000 Technical inspection and testing services
Additional classification ( cpv ): 71631000 Technical inspection services
Additional classification ( cpv ): 71631100 Machinery-inspection services
Additional classification ( cpv ): 71631300 Technical building-inspection services
Additional classification ( cpv ): 71631400 Technical inspection services of engineering structures
Additional classification ( cpv ): 71631430 Leak-testing services
Additional classification ( cpv ): 71632000 Technical testing services
Additional classification ( cpv ): 71632100 Valve-testing services
Additional classification ( cpv ): 71632200 Non-destructive testing services
Additional classification ( cpv ): 71700000 Monitoring and control services
Additional classification ( cpv ): 71730000 Industrial inspection services
Additional classification ( cpv ): 71731000 Industrial quality control services
Additional classification ( cpv ): 79132000 Certification services

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : The services shall as a starting point be carried out at stations in two geographical areas in the Southern operational area: Stations in area A (Bærheim): Bjerkheim, Bærheim, Duge, Fagrafjell, Kjelland, Lyse, Stokkeland, Stølaheia, Tjørhom, Åna-Sira. Stations in area B (Kristiansand and Kvinesdal): Arendal, Grosøya, Honna, Kristiansand, Kvarneset, Ertsmyra, Feda, Fjotland, Kvinesdal, Kvinen, Lista, Tonstad, Vollesfjord.

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : The services shall as a starting point be carried out at stations in two geographical areas in the Southern operational area: Stations in area A (Bærheim): Bjerkheim, Bærheim, Duge, Fagrafjell, Kjelland, Lyse, Stokkeland, Stølaheia, Tjørhom, Åna-Sira. Stations in area B (Kristiansand and Kvinesdal): Arendal, Grosøya, Honna, Kristiansand, Kvarneset, Ertsmyra, Feda, Fjotland, Kvinesdal, Kvinen, Lista, Tonstad, Vollesfjord.

2.1.3 Value

Estimated value excluding VAT : 27 140 000 Norwegian krone
Maximum value of the framework agreement : 40 710 000 Norwegian krone

2.1.4 General information

Additional information : Sub-contracts and parallel tenders: Parallel tenders can be submitted in cases where it is desirable for the tenderer to also submit a combined/total tender, see below. Tenders can be submitted for parts of the delivery, see below. Tenders can be submitted for one, several or all sub-contracts, see below. There is no limit to the maximum number of sub-contracts that can be given to one tenderer. The Contracting Authority can award a combined contract comprising several sub-contracts. This applies even if the tenderer has not submitted the best tender for each sub-contract, when the total tender from this tenderer overall meets the award criteria better. It is possible to submit a combined tender (tender on several sub-contracts) in the form of a tender for all the sub-contracts in total so that one combined contract can be awarded and/or a total contract for the same discipline in both geographical areas. In the latter case several total contracts can therefore be awarded. Selection: The minimum and maximum number of participants who are invited to submit a tender is 3 per lot. As long as there are a sufficient number of qualified tenderers.
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreements for control and maintenance services for the Southern operational area.
Description : Statnett SF needs control and maintenance services within six (6) disciplines at numerous stations in the South operational area. There is talk of the following disciplines: 1 Oil separators, 2 Fire alarms and emergency lights, 3 Fire extinguishers and first-aid equipment, 4 Ventilation (HVDC and buildings), plumbing (cooling), cooling machine and well, 5 Motorised main gates, high voltage fences and manual gates and 6 shell protection and security doors. A total of 12 sub-contracts Statnett ́s subsidiary, Nordlink Norway AS (Org.nr. 995 204 517), shall also be able to use the contract, and is mainly connected to Ertsmyra station and Vollesfjord station.
Internal identifier : 11236

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50400000 Repair and maintenance services of medical and precision equipment
Additional classification ( cpv ): 50410000 Repair and maintenance services of measuring, testing and checking apparatus
Additional classification ( cpv ): 50413000 Repair and maintenance services of checking apparatus
Additional classification ( cpv ): 50413200 Repair and maintenance services of firefighting equipment
Additional classification ( cpv ): 50430000 Repair and maintenance services of precision equipment
Additional classification ( cpv ): 50433000 Calibration services
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery
Additional classification ( cpv ): 50531000 Repair and maintenance services for non-electrical machinery
Additional classification ( cpv ): 50531400 Repair and maintenance services of cranes
Additional classification ( cpv ): 50531500 Repair and maintenance services of derricks
Additional classification ( cpv ): 50531510 Derrick-dismantling services
Additional classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 50712000 Repair and maintenance services of mechanical building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 50721000 Commissioning of heating installations
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71356000 Technical services
Additional classification ( cpv ): 71356100 Technical control services
Additional classification ( cpv ): 71356200 Technical assistance services
Additional classification ( cpv ): 71356300 Technical support services
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71630000 Technical inspection and testing services
Additional classification ( cpv ): 71631000 Technical inspection services
Additional classification ( cpv ): 71631100 Machinery-inspection services
Additional classification ( cpv ): 71631300 Technical building-inspection services
Additional classification ( cpv ): 71631400 Technical inspection services of engineering structures
Additional classification ( cpv ): 71631430 Leak-testing services
Additional classification ( cpv ): 71632000 Technical testing services
Additional classification ( cpv ): 71632100 Valve-testing services
Additional classification ( cpv ): 71632200 Non-destructive testing services
Additional classification ( cpv ): 71700000 Monitoring and control services
Additional classification ( cpv ): 71730000 Industrial inspection services
Additional classification ( cpv ): 71731000 Industrial quality control services
Additional classification ( cpv ): 79132000 Certification services

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : The services shall as a starting point be carried out at stations in two geographical areas in the Southern operational area: Stations in area A (Bærheim): Bjerkheim, Bærheim, Duge, Fagrafjell, Kjelland, Lyse, Stokkeland, Stølaheia, Tjørhom, Åna-Sira. Stations in area B (Kristiansand and Kvinesdal): Arendal, Grosøya, Honna, Kristiansand, Kvarneset, Ertsmyra, Feda, Fjotland, Kvinesdal, Kvinen, Lista, Tonstad, Vollesfjord.

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : The services shall as a starting point be carried out at stations in two geographical areas in the Southern operational area: Stations in area A (Bærheim): Bjerkheim, Bærheim, Duge, Fagrafjell, Kjelland, Lyse, Stokkeland, Stølaheia, Tjørhom, Åna-Sira. Stations in area B (Kristiansand and Kvinesdal): Arendal, Grosøya, Honna, Kristiansand, Kvarneset, Ertsmyra, Feda, Fjotland, Kvinesdal, Kvinen, Lista, Tonstad, Vollesfjord.

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 6
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreements will be valid for two (2) years, with an option for the contracting authority to extend the contract for one (1) year at a time for six (6) years. The maximum contract period is eight (8) years.

5.1.5 Value

Estimated value excluding VAT : 27 140 000 Norwegian krone
Maximum value of the framework agreement : 40 710 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Sub-contracts and parallel tenders: Parallel tenders can be submitted in cases where it is desirable for the tenderer to also submit a combined/total tender, see below. Tenders can be submitted for parts of the delivery, see below. Tenders can be submitted for one, several or all sub-contracts, see below. There is no limit to the maximum number of sub-contracts that can be given to one tenderer. The Contracting Authority can award a combined contract comprising several sub-contracts. This applies even if the tenderer has not submitted the best tender for each sub-contract, when the total tender from this tenderer overall meets the award criteria better. It is possible to submit a combined tender (tender on several sub-contracts) in the form of a tender for all the sub-contracts in total so that one combined contract can be awarded and/or a total contract for the same discipline in both geographical areas. In the latter case several total contracts can therefore be awarded. Selection: The minimum and maximum number of participants who are invited to submit a tender is 3 per lot. As long as there are a sufficient number of qualified tenderers.

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 : Oslo tingrett
Organisation providing additional information about the procurement procedure : Statnett SF

6. Results

Value of all contracts awarded in this notice : 26 040 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : OneCo Elektro AS Region Sør
Tender :
Tender identifier : Delkontrakt B2 - OneCo Elektro AS Region Sør
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 : Delkontrakt B2 - OneCo Elektro AS Region Sør
The contract is awarded within a framework agreement : no
Winner :
Official name : Norlock AS
Tender :
Tender identifier : Delkontrakt B6 - Norlock AS
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 : Delkontrakt B6 - Norlock AS
The contract is awarded within a framework agreement : no
Winner :
Official name : Caverion Norge AS
Tender :
Tender identifier : Delkontrakt A2 - Caverion Norge AS
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 : Delkontrakt A2 - Caverion Norge AS
The contract is awarded within a framework agreement : no
Winner :
Official name : Bygg-Sikring AS
Tender :
Tender identifier : Delkontrakt A6 - Bygg-Sikring AS
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 : Delkontrakt A6 - Bygg-Sikring AS
The contract is awarded within a framework agreement : no
Winner :
Official name : ERV Teknikk AS
Tender :
Tender identifier : Delkontrakt A4 og B4 - ERV Teknikk AS
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 : Delkontrakt A4 og B4 - ERV Teknikk AS
The contract is awarded within a framework agreement : no

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 15
Type of received submissions : Tenders
Number of tenders or requests to participate received : 13

8. Organisations

8.1 ORG-0001

Official name : Statnett SF
Registration number : 962986633
Postal address : Fabrikkgaten 6
Town : Oslo
Postcode : 5059
Country : Norway
Contact point : Jon Brudeseth
Telephone : +47 90944158
Internet address : https://odinprosjekt.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Town : Oslo
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : OneCo Elektro AS Region Sør
Registration number : 996669173
Postal address : Andøyfaret 15,
Town : Kristiansand
Postcode : 4624
Country : Norway
Telephone : +47 98240800
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0004

Official name : Norlock AS
Registration number : 984572441
Postal address : Rigedalen 40
Town : Kristiansand S
Postcode : 4626
Country : Norway
Telephone : +47 38077277
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0005

Official name : Caverion Norge AS
Registration number : 959069743
Postal address : Østensjøveien 34
Town : Postboks 6260 Etterstad, 0603 Oslo
Postcode : 0667
Country : Norway
Telephone : +47 22874000
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0006

Official name : Bygg-Sikring AS
Registration number : 922584117
Postal address : Strandbakken 1
Town : Randaberg
Postcode : 4072
Country : Norway
Telephone : +47 91894915
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0007

Official name : ERV Teknikk AS
Registration number : 990634289
Postal address : Skytebaneveien 6
Town : Lyngdal
Postcode : 4580
Country : Norway
Telephone : +47 94783233
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : fcc2fc25-ed10-408b-930a-75057229d0cc - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 19/02/2025 12:06 +00:00
Notice dispatch date (eSender) : 19/02/2025 13:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00113096-2025
OJ S issue number : 36/2025
Publication date : 20/02/2025