Electrical power and automation for the Modernisation Project

The contracting authority ́s objective with this procurement is to enter into an agreement for electricity and automation work, including electric power installations, ecom and automation in connection with the Modernisation Project. See further information on the project and the need in annex 1. The contracting authority ́s objective with …

CPV: 45310000 Trabajos de instalación eléctrica, 45000000 Trabajos de construcción, 45212300 Trabajos de construcción de edificios culturales y relacionados con el arte, 45212320 Trabajos de construcción de edificios relacionados con actividades artísticas, 45212322 Trabajos de construcción de teatros, 45300000 Trabajos de instalación en edificios, 45311000 Trabajos de instalación de cableado y accesorios eléctricos, 45315100 Trabajos de instalación de ingeniería eléctrica, 45316000 Trabajos de instalación de sistemas de alumbrado y señalización, 48921000 Sistema de automatización
Plazo:
30 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Electrical power and automation for the Modernisation Project
Organismo adjudicador:
AS Den Nationale Scene
Número de premio:
24011

1. Buyer

1.1 Buyer

Official name : AS Den Nationale Scene
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Electrical power and automation for the Modernisation Project
Description : The contracting authority ́s objective with this procurement is to enter into an agreement for electricity and automation work, including electric power installations, ecom and automation in connection with the Modernisation Project. See further information on the project and the need in annex 1.
Procedure identifier : 26bdb1e8-8e75-4ebb-be54-a7ad48b178ce
Internal identifier : 24011
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45212300 Construction work for art and cultural buildings
Additional classification ( cpv ): 45212320 Construction work for buildings relating to artistic performances
Additional classification ( cpv ): 45212322 Theatre construction work
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45311000 Electrical wiring and fitting work
Additional classification ( cpv ): 45315100 Electrical engineering installation works
Additional classification ( cpv ): 45316000 Installation work of illumination and signalling systems
Additional classification ( cpv ): 48921000 Automation system

2.1.2 Place of performance

Postal address : Engen 1
Town : Bergen
Postcode : 5011
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 : Approved procedures for staffable conditions Has 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, approved a proposal for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) section, a-f? Serious errors that cause doubt about his professional integrity Have the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf.f. the procurement regulations § 24-2, (3) letter in?
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 : Electrical power and automation for the Modernisation Project
Description : The contracting authority ́s objective with this procurement is to enter into an agreement for electricity and automation work, including electric power installations, ecom and automation in connection with the Modernisation Project. See further information on the project and the need in annex 1.
Internal identifier : 24011

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45212300 Construction work for art and cultural buildings
Additional classification ( cpv ): 45212320 Construction work for buildings relating to artistic performances
Additional classification ( cpv ): 45212322 Theatre construction work
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45311000 Electrical wiring and fitting work
Additional classification ( cpv ): 45315100 Electrical engineering installation works
Additional classification ( cpv ): 45316000 Installation work of illumination and signalling systems
Additional classification ( cpv ): 48921000 Automation system

5.1.2 Place of performance

Postal address : Engen 1
Town : Bergen
Postcode : 5011
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 20/05/2025
Duration end date : 31/05/2027

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 : Economic and financial position requirements
Description : Requirement B: Tenderers shall have good economic and financial capacity to be able to fulfil the contract. Tenderers are required to have a minimum turnover of NOK 120 million in the financial year 2023. The required economic and financial capacity will be assessed in relation to the contract ́s value, benefits, risk and duration. Documentation: Credit assessment from a certified credit rating company based on the most recent accounting figures. The key figures in the accounts must be presented together with an assessment of the tenderer's payment experience.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality management routines are required.
Description : Requirement E: The tenderer shall have good routines for quality management. Documentation: Documentation shall be given in one of the following ways: Alternative 1: Description of the company's policy for quality management, with emphasis on quality assurance, resource management, manager ́s responsibility and continuous analysis and improvement. Alternative 2: If the tenderer has an ISO 9001 certificate or equivalent, the certificate can be attached as documentation.
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental management requirements
Description : Requirement F: The tenderer shall have good routines and systems that ensure that the execution of the delivery has a low environmental impact. Documentation: Documentation shall be given in one of the following ways: Alternative 1: Certificate for the tenderer's environmental management system issued by an independent body that shows that the tenderer fulfils the current ISO 14001, EMAS, Miljøfyrtårn for relevant trades, or equivalent. The independent body must be accredited by Norwegian accreditation or equivalent bodies. Alternative 2: If a tenderer is unable to obtain such certificates by the tender deadline, other documentation of environmental management measures can be approved, cf. the Public Procurement Regulations § 16-7 (3). Tenderers must document that these measures are equivalent to the above mentioned environmental management standards.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration requirements
Description : Requirement A: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirement for good experience from the execution of similar assignments.
Description : Requirement C: The tenderer shall have good experience with the execution of similar assignments. Similar assignments are in this context referred to as electro and automation related building and construction projects of comparable size and complexity. This includes the contractor showing experience with projects that together have included both installations of infrastructure electro, lighting, light management emergency lighting, fire alarms, ecom and access control. Due to items from 40.435.7 - 40.435.17.1, 40.435.22 - 40.435.24.1, 40.435.26 - 40.435.27.1 and 50.521.12 - 50.521.23 in the technical description, in addition tenderers are required to have experience with installations connected to technical stage infrastructure and refer to references on stage/theatre installations. Documentation: Description of the tenderer's most relevant assignments in the last five years. Part I annex 5 The reference form shall be filled for the reference projects. It is the tenderer ́s responsibility to document relevance through the description.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements of the necessary workforce and capacity.
Description : Requirement D: The tenderer shall have the necessary workforce and the capacity to fulfil the contract. Documentation: Overview of the tenderer ́s total manpower, as well as an overview of the number of manlabors with competence for special/important disciplines for the execution of this contract. An account shall be given of how the tenderer will ensure sufficient capacity for the contract. A staffing plan shall be presented, which shows the number of our own employees, hired, sub-contractors etc.
Use of this criterion : Used

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 30/04/2025 10:00 +00:00
Information about public opening :
Opening date : 30/04/2025 10:00 +00:00
Additional information : The tenders will not be opening in public. An error in the eForms means that this field must be filled in.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett

8. Organisations

8.1 ORG-0001

Official name : AS Den Nationale Scene
Registration number : 811167452
Postal address : Engen 1
Town : BERGEN
Country : Norway
Contact point : Linn Marie Rian
Telephone : +47 99560996
Internet address : https://odinprosjekt.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926723367
Town : Bergen
Country : Norway
Telephone : 55699700
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 2073c3c4-0590-4487-9aa4-43cbae8d6dd9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/03/2025 14:00 +00:00
Notice dispatch date (eSender) : 21/03/2025 14:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00189825-2025
OJ S issue number : 59/2025
Publication date : 25/03/2025