Framework agreement - profitable renewable energy installations on the existing buildings.

The objective of the procurement is to enter into a framework agreement for increasing the production of recyclingable energy at nine of the county ́s sixth form colleges. We would like to choose a contractor for the southern part of the county and one for the northern part of the …

CPV: 09000000 Derivados del petróleo, combustibles, electricidad y otras fuentes de energía, 09300000 Electricidad, calefacción, energías solar y nuclear, 09330000 Energía solar, 09331000 Placas solares, 09331100 Captadores solares para la producción de calor, 09332000 Instalación solar, 31121300 Aerogeneradores, 31700000 Material electrónico, electromecánico y electrotécnico, 31710000 Equipo electrónico, 31711000 Material electrónico, 31711100 Componentes electrónicos, 31711120 Transductores, 38551000 Medidores de energía, 39711300 Aparatos electrotérmicos, 39715000 Calentadores de agua y calefacción para edificios; equipo de instalación sanitaria, 42100000 Maquinaria para producción y uso de energía mecánica, 42510000 Intercambiadores de calor, equipos de aire acondicionado y refrigeración y aparatos para filtrar, 42511110 Bombas de calor, 44600000 Cisternas, depósitos y contenedores; radiadores y calderas de calefacción central, 45000000 Trabajos de construcción, 45214000 Trabajos de construcción de edificios relacionados con la enseñanza y la investigación, 45232142 Trabajos de construcción de estaciones de termotransferencia, 45251140 Trabajos de construcción de centrales térmicas, 45251000 Trabajos de construcción de centrales eléctricas y plantas de calefacción, 45251141 Trabajos de construcción de centrales geotérmicas, 45251160 Trabajos relacionados con instalaciones eólicas, 45260000 Trabajos de techado y otros trabajos de construcción especializados, 45261215 Revestimiento de cubiertas con placas solares, 45315000 Trabajos de instalación eléctrica de equipos de calefacción y otros equipos eléctricos para edificios, 45331000 Trabajos de instalación de calefacción, ventilación y aire acondicionado, 45331100 Trabajos de instalación de calefacción central, 48000000 Paquetes de software y sistemas de información, 50000000 Servicios de reparación y mantenimiento, 50700000 Servicios de reparación y mantenimiento de equipos de edificios, 50710000 Servicios de reparación y mantenimiento de equipos eléctricos y mecánicos de edificios, 50720000 Servicios de reparación y mantenimiento de calefacción central, 65400000 Otras fuentes de aprovisionamiento y distribución de energía, 71000000 Servicios de arquitectura, construcción, ingeniería e inspección, 71314000 Servicios de energía y servicios conexos, 71314200 Servicios de gestión de energía
Plazo:
27 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement - profitable renewable energy installations on the existing buildings.
Organismo adjudicador:
Grønt Hjerte AS
Número de premio:
202442443

1. Buyer

1.1 Buyer

Official name : Grønt Hjerte AS
Legal type of the buyer : Public undertaking, controlled by a regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement - profitable renewable energy installations on the existing buildings.
Description : The objective of the procurement is to enter into a framework agreement for increasing the production of recyclingable energy at nine of the county ́s sixth form colleges. We would like to choose a contractor for the southern part of the county and one for the northern part of the county. The division is intended to be in Trondheim, where the Trondheim schools and south are defined south, whilst Malvik and the schools northward are defined as north. The projects will be executed as turnkey contracts after an interaction phase at each school. Grønt Hjerte will focus on recycling energy and energy production such as energy wells, solar energy, energy storage, both electric and thermal, and the use of climate gas calculations as a decision tool to help Trøndelag County achieve its zero-emission goal. Other measures shall also be assessed in order to achieve the project ́s aims. In retrospect, all meter data shall be documented via Grønt Hjerte's new energy follow-up system.  The supplier of this has not yet been clarified, but integration with this will be a part of the delivery. Sweco will be with Grønt Hjerte in the interaction phases with necessary consultancy services such as RIV, RIE, RIB, RIGeo, RIM, etc. The framework agreement is divided into two sub-contracts: Sub-contract 1 – Area North:•Rørvik VGS•Åfjord VGS•Levanger VGS•Malvik VGSDelkontrakt 2 – Area Sør:•Strinda VGS•Thora Storm VGS•Meldal VGS•Hitra VGS•Røros VGSIt can also be possible to do the same exercise on several properties in Grønt Hjerte AS's portfolio during the framework agreement period. The framework agreement ́s applicable prices and mark-up rates shall also be used for call-offs on several projects in the framework agreement. After contracting the framework agreement supplier for each of the sub-contracts, an interaction phase will start at one or several schools in the south and north. The projects will be developed for a preliminary project, which in turn will form the basis for a target price for each school. The interaction phase will be paid in accordance with hours used and a budget limit for each school. The actual project will be carried out as a turnkey contract with target price. The interaction phase starts in autumn 2024.  Several schools could be started at the same time in both the north and south. Construction of the first installations is expected to start in January 2025, and the project can be continued throughout 2025 and well into 2026 before the last installations have been completed. The contractor shall present documentation of the right to be responsible within the relevant certification areas before the start of the individual activities. Missing documentation of approval is considered a significant breach of contract which gives the Builder the right to cancel the contract as well as apply the compensation requirements in accordance with the NS 8407 points 46.1 and 46.4. A complete description of the delivery follows annex 1. The framework agreement has, including both sub-contracts, an estimated value of approx. NOK 65- 75 million excluding VAT. The estimated value of the agreement is informative only, and the Contracting Authority is not bound by this value. The maximum contract value is NOK 150 million excluding VAT. The framework agreement will at the start have a duration of two (2) calendar years. After that the contracting authority can unilaterally require a contract extension for up to one (1) year, plus one (1) year, maximum a total length of four (4) years. The contracting authority can also require a contract extension for shorter periods than one (1) year at a time. Contracts for call-offs that are implemented during the agreement period may have a maturity beyond the maximum duration of the framework agreement. This will be particularly relevant in connection with service and maintenance contracts for the delivered installations and equipment, but also completion of projects that have been implemented during the framework agreement period.
Procedure identifier : e7f7c85f-86c6-476c-84b8-8cdb50105087
Previous notice : 85367-2024
Internal identifier : 202442443
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1). Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations § 24-8(1) b. The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties etc., which must not be considered insignificant, cf. Regulations § 24-8(2) a. Tenderers are therefore strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly ask questions about uncertainties via the contracting authority ́s KGV. Tenders shall be prepared in accordance with the guidelines given in this tender documentation with annexes, and submitted electronically by using the contracting authority ́s KGV.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09300000 Electricity, heating, solar and nuclear energy
Additional classification ( cpv ): 09330000 Solar energy
Additional classification ( cpv ): 09331000 Solar panels
Additional classification ( cpv ): 09331100 Solar collectors for heat production
Additional classification ( cpv ): 09332000 Solar installation
Additional classification ( cpv ): 31121300 Wind-energy generators
Additional classification ( cpv ): 31700000 Electronic, electromechanical and electrotechnical supplies
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31711000 Electronic supplies
Additional classification ( cpv ): 31711100 Electronic components
Additional classification ( cpv ): 31711120 Transducers
Additional classification ( cpv ): 38551000 Energy meters
Additional classification ( cpv ): 39711300 Electrothermic appliances
Additional classification ( cpv ): 39715000 Water heaters and heating for buildings; plumbing equipment
Additional classification ( cpv ): 42100000 Machinery for the production and use of mechanical power
Additional classification ( cpv ): 42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
Additional classification ( cpv ): 42511110 Heat pumps
Additional classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 45214000 Construction work for buildings relating to education and research
Additional classification ( cpv ): 45232142 Heat-transfer station construction work
Additional classification ( cpv ): 45251000 Construction works for power plants and heating plants
Additional classification ( cpv ): 45251140 Thermal power plant construction work
Additional classification ( cpv ): 45251141 Geothermal power station construction work
Additional classification ( cpv ): 45251160 Wind-power installation works
Additional classification ( cpv ): 45260000 Roof works and other special trade construction works
Additional classification ( cpv ): 45261215 Solar panel roof-covering work
Additional classification ( cpv ): 45315000 Electrical installation work of heating and other electrical building-equipment
Additional classification ( cpv ): 45331000 Heating, ventilation and air-conditioning installation work
Additional classification ( cpv ): 45331100 Central-heating installation work
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 50000000 Repair and maintenance services
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 ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 65400000 Other sources of energy supplies and distribution
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71314000 Energy and related services
Additional classification ( cpv ): 71314200 Energy-management services

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 150 000 000 Norwegian krone
Maximum value of the framework agreement : 150 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2

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-0001

Title : Sub-contract 1 - Area North
Description : Sub-contract 1 – Area Nord:Rørvik VGSÅfjord VGSLevanger VGSMalvik VGSIt may also be necessary to do the same exercise on several properties in Grønt Hjerte AS ́s portfolio during the framework agreement period.
Internal identifier : 202442443

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09300000 Electricity, heating, solar and nuclear energy
Additional classification ( cpv ): 09330000 Solar energy
Additional classification ( cpv ): 09331000 Solar panels
Additional classification ( cpv ): 09331100 Solar collectors for heat production
Additional classification ( cpv ): 09332000 Solar installation
Additional classification ( cpv ): 31121300 Wind-energy generators
Additional classification ( cpv ): 31700000 Electronic, electromechanical and electrotechnical supplies
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31711000 Electronic supplies
Additional classification ( cpv ): 31711100 Electronic components
Additional classification ( cpv ): 31711120 Transducers
Additional classification ( cpv ): 38551000 Energy meters
Additional classification ( cpv ): 39711300 Electrothermic appliances
Additional classification ( cpv ): 39715000 Water heaters and heating for buildings; plumbing equipment
Additional classification ( cpv ): 42100000 Machinery for the production and use of mechanical power
Additional classification ( cpv ): 42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
Additional classification ( cpv ): 42511110 Heat pumps
Additional classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 45214000 Construction work for buildings relating to education and research
Additional classification ( cpv ): 45232142 Heat-transfer station construction work
Additional classification ( cpv ): 45251000 Construction works for power plants and heating plants
Additional classification ( cpv ): 45251140 Thermal power plant construction work
Additional classification ( cpv ): 45251141 Geothermal power station construction work
Additional classification ( cpv ): 45251160 Wind-power installation works
Additional classification ( cpv ): 45260000 Roof works and other special trade construction works
Additional classification ( cpv ): 45261215 Solar panel roof-covering work
Additional classification ( cpv ): 45315000 Electrical installation work of heating and other electrical building-equipment
Additional classification ( cpv ): 45331000 Heating, ventilation and air-conditioning installation work
Additional classification ( cpv ): 45331100 Central-heating installation work
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 50000000 Repair and maintenance services
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 ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 65400000 Other sources of energy supplies and distribution
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71314000 Energy and related services
Additional classification ( cpv ): 71314200 Energy-management services

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 19/11/2024
Duration end date : 19/11/2028

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will at the start have a duration of two (2) calendar years. After that the contracting authority can unilaterally require a contract extension for up to one (1) year, plus one (1) year, maximum a total length of four (4) years. The contracting authority can also require a contract extension for shorter periods than one (1) year at a time.

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
Information about previous notices :
Identifier of the previous notice : 85367-2024
Additional information : In this procurement, the environmental award criteria is not weighted by 30%. The background for this is the exclusion provisions in the Public Procurement Regulations §7-9 fifth paragraph. (5) The obligation to set requirements or criteria in accordance with this provision does not apply as the procurement in accordance with its nature has a climate footprint and an environmental impact that is immaterial, and the aim of the procurement itself is to reduce climate footprint and environmental impact when energy efficiency of the buildings. The solution to be developed is not the contract object before any contract is signed for the execution of the construction (phase 2) after the completed interaction phase (phase 1), and is, thus, not an object to the assessment of contract award at the time of the competition notice. The system ́s nature is also not sufficiently defined to be able to define appropriate award criteria for this at the time of publication.

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 : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Demand: Tenderers are required to have a satisfactory quality management system that safeguards the quality of deliveries in this framework agreement. Documentation: Documentation shall be given in one of the following two ways: • Alternative 1: Description of the company's implemented routines regarding quality management, with emphasis on quality assurance, resource management, management responsibility and continuous analysis and improvement. • Alternative 2: If a tenderer is certified in accordance with ISO 9001 or equivalent third-party verified systems, it will be sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Demand: Tenderers are required to have an environmental management system to ensure low environmental impact when carrying out deliveries in the framework agreement. Documentation: Tenderers shall document an environmental management system which as a minimum consists of routines for safeguarding the following elements: • The company's environmental targets and environmental policy. • Strategy in the environmental area. • Provision of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Demand: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation: • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.
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. Minimum qualification requirements Demand: Tenderers shall have experience from comparable contracts. Experience from comparable assignments means turnkey contracts with comparable complexity as projects in this framework agreement with the use of multiple energy sources. Tenderers must be able to refer to experience with assignments with a minimum of development class 2 within electro and HVAC and sanitation. Documentation: • Description of up to five of the tenderer's most relevant contracts in the course of the last 5 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. (Use Annex 2 - Experience Response Form) • Alternatively to documented experience with work in enterprise classification 2, central certification for development class 2 can be accepted.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
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: Minimum qualification requirements Tenderers must have resources in their own company or can use resources, which have the education and professional experience for execution and self-control required by the deliveries' main disciplines, in particular: •Manager • Engineer HVAC and sanitation. • Engineer electro • Skilled workers HVAC and sanitation. • Skilled workers electro Documentation: • A description (approx. 3 pages) of the Tenderer's project organisation, which it has at its disposal for fulfilment of the framework agreement - whether the resources belong to the company or not. • Organisation chart/graphical presentation that shows technical personnel or technical units, including those who are not in their own organisation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Minimum qualification requirements Demand: Tenderers shall have methods for managing the supplier chain and a traceability system that enables follow-up of the requirements for ethical trade - basic requirements for human rights, environment and ILO ́s core conventions. Documentation: A description of the traceability systems that the tenderer will use for the execution of the framework agreement. The description shall state methods and/or systems that enable tracing of production locations and countries of origin that are involved in the supplier chain for the products that are delivered in this framework agreement.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price Under this criteria: • offered hourly rates • the offered mark-up rate Documentation: Completed annex 4A - price form.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Offered key personnel
Description : Offered key personnel, including: • Competence and experience offered key resources -Manager - Engineering design manager - Responsible HVAC engineering. - Responsible electrical engineering. A high degree of documented experience from equivalent roles in turnkey contracts, experience with interaction, experience with carrying out climate gas calculations (LCA) and calculation of lifetime costs (LCC) and competence and experience with projects with several energy sources in collaboration will be positively emphasised. • Team composition: An advantage will also be considered if several members of the team have documented experience from collaboration from previous relevant reference projects. Good multi-disciplinary team composition and comprehensive expertise in the team will also be emphasised. Documentation: Replies to annex 2 • Competence note: An overview shall be set up in the competence note of the offered key resources, with an account of the team composition and why the specific key resources are offered as regards experience from previous collaboration, good multi-disciplinary composition and comprehensive expertise in the team. (Maximum 3 A4 pages, font size 12) • CVs with competence and experience from the offered personnel including a description of up to five most relevant reference projects for each of the resources. The description shall account for the reference projects ́ relevance and transferable value to assignments in this framework agreement. The following shall be stated in the description: - Project Name -Principal - The assignment ́s size and extent. - The assignment ́s development classes within electro and HVAC and sanitation respectively. - Contract form. - The offered key resource ́s role and work assignments in the project. - Description of the relevance and transferable value for this agreement, including also documented goal achievement for the reference projects.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Capacity and response time
Description : • Capacity for the execution of collaboration, detailed engineering design services and execution. • It will be advantageous if the contractor has offices or collaboration partners close to the projects. • In the event of breakdowns or errors on the installations, especially during the claims period, it will be an advantage if the contractor can reach the plants as quickly as possible with the correct competence to get them back up and running. Documentation: Replies to annex 2: • Tenderers are asked to describe their capacity to carry out interaction, detailed engineering design services and the execution of the actual assembly. The start-up of the interaction is planned for autumn 2024 and start-up of the first project is expected at the beginning of 2025. It may be relevant to run several schools parallel to both the north and south. The project can last until well into 2026 before all the installations are completed. (Maximum 3 A4 pages, font size 12) • Description of the contractor's offices, any collaboration partners who can handle call-outs in the event of breakdowns or errors at the different facilities. • Tenderers shall state their response time for turn-outs to the different locations for - Weekdays 07-15.00. - Weekdays 15 - 22 - Weekend 09 - 22
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 :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 17/09/2024 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/236265512.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
Deadline for receipt of tenders : 27/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 27/09/2024 10:00 +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 particularly Annex 3_Vedlegg 1 - Contract terms for safeguarding basic human rights in the supplier chain. Annex 3_Vedlegg 2 - Self-reporting follow-up contract requirements. A2 - Partnering Agreement A3 - Special contract terms NS8407 A4 - Special contractual provisions seriousness
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett
Organisation providing additional information about the procurement procedure : Grønt Hjerte AS
Organisation providing offline access to the procurement documents : Grønt Hjerte AS

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2 - Area South
Description : Sub-contract 2 – Area South: Strinda VGSThora Storm VGSMeldal VGSHitra VGSRøros VGSIt may also be possible to do the same exercise on several properties in Grønt Hjerte AS's portfolio during the framework agreement period.
Internal identifier : 2024/202442443

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09300000 Electricity, heating, solar and nuclear energy
Additional classification ( cpv ): 09330000 Solar energy
Additional classification ( cpv ): 09331000 Solar panels
Additional classification ( cpv ): 09331100 Solar collectors for heat production
Additional classification ( cpv ): 09332000 Solar installation
Additional classification ( cpv ): 31121300 Wind-energy generators
Additional classification ( cpv ): 31700000 Electronic, electromechanical and electrotechnical supplies
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31711000 Electronic supplies
Additional classification ( cpv ): 31711100 Electronic components
Additional classification ( cpv ): 31711120 Transducers
Additional classification ( cpv ): 38551000 Energy meters
Additional classification ( cpv ): 39711300 Electrothermic appliances
Additional classification ( cpv ): 39715000 Water heaters and heating for buildings; plumbing equipment
Additional classification ( cpv ): 42100000 Machinery for the production and use of mechanical power
Additional classification ( cpv ): 42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
Additional classification ( cpv ): 42511110 Heat pumps
Additional classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 45214000 Construction work for buildings relating to education and research
Additional classification ( cpv ): 45232142 Heat-transfer station construction work
Additional classification ( cpv ): 45251000 Construction works for power plants and heating plants
Additional classification ( cpv ): 45251140 Thermal power plant construction work
Additional classification ( cpv ): 45251141 Geothermal power station construction work
Additional classification ( cpv ): 45251160 Wind-power installation works
Additional classification ( cpv ): 45260000 Roof works and other special trade construction works
Additional classification ( cpv ): 45261215 Solar panel roof-covering work
Additional classification ( cpv ): 45315000 Electrical installation work of heating and other electrical building-equipment
Additional classification ( cpv ): 45331000 Heating, ventilation and air-conditioning installation work
Additional classification ( cpv ): 45331100 Central-heating installation work
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 50000000 Repair and maintenance services
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 ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 65400000 Other sources of energy supplies and distribution
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71314000 Energy and related services
Additional classification ( cpv ): 71314200 Energy-management services

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 19/11/2024
Duration end date : 19/11/2028

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will at the start have a duration of two (2) calendar years. After that the contracting authority can unilaterally require a contract extension for up to one (1) year, plus one (1) year, maximum a total length of four (4) years. The contracting authority can also require a contract extension for shorter periods than one (1) year at a time.

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
Information about previous notices :
Identifier of the previous notice : 85367-2024
Additional information : In this procurement, the environmental award criteria is not weighted by 30%. The background for this is the exclusion provisions in the Public Procurement Regulations §7-9 fifth paragraph. (5) The obligation to set requirements or criteria in accordance with this provision does not apply as the procurement in accordance with its nature has a climate footprint and an environmental impact that is immaterial, and the aim of the procurement itself is to reduce climate footprint and environmental impact when energy efficiency of the buildings. The solution to be developed is not the contract object before any contract is signed for the execution of the construction (phase 2) after the completed interaction phase (phase 1), and is, thus, not an object to the assessment of contract award at the time of the competition notice. The system ́s nature is also not sufficiently defined to be able to define appropriate award criteria for this at the time of publication.

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 : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Demand: Tenderers are required to have a satisfactory quality management system that safeguards the quality of deliveries in this framework agreement. Documentation: Documentation shall be given in one of the following two ways: • Alternative 1: Description of the company's implemented routines regarding quality management, with emphasis on quality assurance, resource management, management responsibility and continuous analysis and improvement. • Alternative 2: If a tenderer is certified in accordance with ISO 9001 or equivalent third-party verified systems, it will be sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Demand: Tenderers are required to have an environmental management system to ensure low environmental impact when carrying out deliveries in the framework agreement. Documentation: Tenderers shall document an environmental management system which as a minimum consists of routines for safeguarding the following elements: • The company's environmental targets and environmental policy. • Strategy in the environmental area. • Provision of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Demand: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation: • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.
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. Minimum qualification requirements Demand: Tenderers shall have experience from comparable contracts. Experience from comparable assignments means turnkey contracts with comparable complexity as projects in this framework agreement with the use of multiple energy sources. Tenderers must be able to refer to experience with assignments with a minimum of development class 2 within electro and HVAC and sanitation. Documentation: • Description of up to five of the tenderer's most relevant contracts in the course of the last 5 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. (Use Annex 2 - Experience Response Form) • Alternatively to documented experience with work in enterprise classification 2, central certification for development class 2 can be accepted.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
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: Minimum qualification requirements Tenderers must have resources in their own company or can use resources, which have the education and professional experience for execution and self-control required by the deliveries' main disciplines, in particular: •Manager • Engineer HVAC and sanitation. • Engineer electro • Skilled workers HVAC and sanitation. • Skilled workers electro Documentation: • A description (approx. 3 pages) of the Tenderer's project organisation, which it has at its disposal for fulfilment of the framework agreement - whether the resources belong to the company or not. • Organisation chart/graphical presentation that shows technical personnel or technical units, including those who are not in their own organisation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Minimum qualification requirements Demand: Tenderers shall have methods for managing the supplier chain and a traceability system that enables follow-up of the requirements for ethical trade - basic requirements for human rights, environment and ILO ́s core conventions. Documentation: A description of the traceability systems that the tenderer will use for the execution of the framework agreement. The description shall state methods and/or systems that enable tracing of production locations and countries of origin that are involved in the supplier chain for the products that are delivered in this framework agreement.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price Under this criteria: • offered hourly rates • the offered mark-up rate Documentation: Completed annex 4A - price form.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Offered key personnel
Description : Offered key personnel, including: • Competence and experience offered key resources -Manager - Engineering design manager - Responsible HVAC engineering. - Responsible electrical engineering. A high degree of documented experience from equivalent roles in turnkey contracts, experience with interaction, experience with carrying out climate gas calculations (LCA) and calculation of lifetime costs (LCC) and competence and experience with projects with several energy sources in collaboration will be positively emphasised. • Team composition: An advantage will also be considered if several members of the team have documented experience from collaboration from previous relevant reference projects. Good multi-disciplinary team composition and comprehensive expertise in the team will also be emphasised. Documentation: Replies to annex 2 • Competence note: An overview shall be set up in the competence note of the offered key resources, with an account of the team composition and why the specific key resources are offered as regards experience from previous collaboration, good multi-disciplinary composition and comprehensive expertise in the team. (Maximum 3 A4 pages, font size 12) • CVs with competence and experience from the offered personnel including a description of up to five most relevant reference projects for each of the resources. The description shall account for the reference projects ́ relevance and transferable value to assignments in this framework agreement. The following shall be stated in the description: - Project Name -Principal - The assignment ́s size and extent. - The assignment ́s development classes within electro and HVAC and sanitation respectively. - Contract form. - The offered key resource ́s role and work assignments in the project. - Description of the relevance and transferable value for this agreement, including also documented goal achievement for the reference projects.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Capacity and response time
Description : • Capacity for the execution of collaboration, detailed engineering design services and execution. • It will be advantageous if the contractor has offices or collaboration partners close to the projects. • In the event of breakdowns or errors on the installations, especially during the claims period, it will be an advantage if the contractor can reach the plants as quickly as possible with the correct competence to get them back up and running. Documentation: Replies to annex 2: • Tenderers are asked to describe their capacity to carry out interaction, detailed engineering design services and the execution of the actual assembly. The start-up of the interaction is planned for autumn 2024 and start-up of the first project is expected at the beginning of 2025. It may be relevant to run several schools parallel to both the north and south. The project can last until well into 2026 before all the installations are completed. (Maximum 3 A4 pages, font size 12) • Description of the contractor's offices, any collaboration partners who can handle call-outs in the event of breakdowns or errors at the different facilities. • Tenderers shall state their response time for turn-outs to the different locations for - Weekdays 07-15.00. - Weekdays 15 - 22 - Weekend 09 - 22
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 :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 17/09/2024 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/236265512.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
Deadline for receipt of tenders : 27/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 27/09/2024 10:00 +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 particularly Annex 3_Vedlegg 1 - Contract terms for safeguarding basic human rights in the supplier chain. Annex 3_Vedlegg 2 - Self-reporting follow-up contract requirements. A2 - Partnering Agreement A3 - Special contract terms NS8407 A4 - Special contractual provisions seriousness
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett
Organisation providing additional information about the procurement procedure : Grønt Hjerte AS
Organisation providing offline access to the procurement documents : Grønt Hjerte AS

8. Organisations

8.1 ORG-0001

Official name : Grønt Hjerte AS
Registration number : 925535974
Postal address : Seilmakergata 2
Town : STEINKJER
Postcode : 7725
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Contact point : Håkon Farstad
Telephone : 45257595
Internet address : https://gronthjerte.no/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Town : Trondheim
Country : Norway
Telephone : 73542400
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : db9ea2f2-78b8-4352-bce8-a7c975223b68 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/08/2024 09:03 +00:00
Notice dispatch date (eSender) : 23/08/2024 10:31 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00511563-2024
OJ S issue number : 165/2024
Publication date : 26/08/2024