(25044) Operation and maintenance, as well as upgrading of municipal street lights, framework agreement.

The competition is for a framework agreement for; Operation and maintenance of existing road lights, including the purchase of masts, fixtures, controls and light bulbs. Expansion of the lighting system/upgrade, including delivery and installation of new complete road lighting installations. The procurement ́s value is estimated to approx. NOK 7,000,000 …

CPV: 50000000 Услуги по ремонт и поддръжка, 50230000 Услуги по ремонт, поддържане на други транспортни съоръжения и свързаните с тях услуги, 50232000 Услуги по поддържане на общественото осветление и светофарите
Краен срок:
Септ. 11, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
(25044) Operation and maintenance, as well as upgrading of municipal street lights, framework agreement.
Издаващ орган:
Asker kommune
Номер на наградата:
25/6

1. Buyer

1.1 Buyer

Official name : Asker kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : (25044) Operation and maintenance, as well as upgrading of municipal street lights, framework agreement.
Description : The competition is for a framework agreement for;  Operation and maintenance of existing road lights, including the purchase of masts, fixtures, controls and light bulbs.  Expansion of the lighting system/upgrade, including delivery and installation of new complete road lighting installations.  The procurement ́s value is estimated to approx. NOK 7,000,000 excluding VAT per annum.  The maximum value for the entire contract period, including any options and expected price rise: NOK 30,000,000 excluding VAT. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. The current road and street lighting in Asker municipality consists of a total of approx. 16,400 street light points (lp), and approx. 550 road lighting points (VTP). The installations are characterised by having been built over a period of nearly 80 years, at the same time as the original three different municipalities. These municipalities; The smoke, Hurum and old Asker, have had different practices, use of materials, and systems for developing the road lighting. Therefore, the road lighting consists of many different types of systems and of varying quality and age of the installations. Of the total 16,500 lp, approx. 7,700 are as steel masts and cables in the ground, whilst approx. 5,600 are in wooden posts belonging to the network company, and approx. 2,600 in the wooden chairs belong to Asker municipality. Approx. 500 lp is defined as 'other', which can be wall mounted, in subways, uplights or bollards. The total number of road lighting points includes four floodlit tracks with a total of 25 km. These make up approx. 660 lamp points and are controlled from 21 ignition points/power cabinets. Almost 13,000 of the fixtures have currently been replaced with LED, and the remaining fixtures will mostly be replaced or removed in the next few years. Out of the total 550 VTPs, 120 are in network stations/transformer stations belonging to the three network companies, and approx. 250 as freestanding cupboards placed on the ground. In addition approx. 170 are in small cupboards/boxes up in wooden posts belonging to the network company or municipality. The three network companies are Elvia (previously Hafslund Nett) which is responsible for the network in old Asker municipality, Norgesnett in former Røyken municipality, and Asker Nett in the former Hurum municipality. Currently the most common system is "ignition point control", where all the fixtures in a limited geographical area are fed and lights up/extinguished from one common ignition point. The main activities are to follow-up these facilities via messages registered by the public, via the home page of Asker municipality; "Report Errors". Tenderers must therefore have knowledge of ArcGis in order to remove the messages, sign that the error message has been received, and later to report the error as rectified. See the procurement documents for further information.
Procedure identifier : 19e28ca2-4b4b-4739-b237-01f4a57969ad
Internal identifier : 25/6
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The competition will be held in accordance with the Public Procurement Act from 17 June 2016 no. 73 (LOA), with the accompanying regulations of 12 August 2016 no. 974 (FOA), as well as the provisions in this tender documentation. The competition will be held as TED - Open tender contest in accordance with the regulations Parts I and III. All interested tenderers can submit tenders for this type of procedure. Negotiations are not allowed.  The procurement is announced in the DOFFIN and TED database.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50230000 Repair, maintenance and associated services related to roads and other equipment
Additional classification ( cpv ): 50232000 Maintenance services of public-lighting installations and traffic lights

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.3 Value

Maximum value of the framework agreement : 30 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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?
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?
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 obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : (25044) Operation and maintenance, as well as upgrading of municipal street lights, framework agreement.
Description : The competition is for a framework agreement for;  Operation and maintenance of existing road lights, including the purchase of masts, fixtures, controls and light bulbs.  Expansion of the lighting system/upgrade, including delivery and installation of new complete road lighting installations.  The procurement ́s value is estimated to approx. NOK 7,000,000 excluding VAT per annum.  The maximum value for the entire contract period, including any options and expected price rise: NOK 30,000,000 excluding VAT. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. The current road and street lighting in Asker municipality consists of a total of approx. 16,400 street light points (lp), and approx. 550 road lighting points (VTP). The installations are characterised by having been built over a period of nearly 80 years, at the same time as the original three different municipalities. These municipalities; The smoke, Hurum and old Asker, have had different practices, use of materials, and systems for developing the road lighting. Therefore, the road lighting consists of many different types of systems and of varying quality and age of the installations. Of the total 16,500 lp, approx. 7,700 are as steel masts and cables in the ground, whilst approx. 5,600 are in wooden posts belonging to the network company, and approx. 2,600 in the wooden chairs belong to Asker municipality. Approx. 500 lp is defined as 'other', which can be wall mounted, in subways, uplights or bollards. The total number of road lighting points includes four floodlit tracks with a total of 25 km. These make up approx. 660 lamp points and are controlled from 21 ignition points/power cabinets. Almost 13,000 of the fixtures have currently been replaced with LED, and the remaining fixtures will mostly be replaced or removed in the next few years. Out of the total 550 VTPs, 120 are in network stations/transformer stations belonging to the three network companies, and approx. 250 as freestanding cupboards placed on the ground. In addition approx. 170 are in small cupboards/boxes up in wooden posts belonging to the network company or municipality. The three network companies are Elvia (previously Hafslund Nett) which is responsible for the network in old Asker municipality, Norgesnett in former Røyken municipality, and Asker Nett in the former Hurum municipality. Currently the most common system is "ignition point control", where all the fixtures in a limited geographical area are fed and lights up/extinguished from one common ignition point. The main activities are to follow-up these facilities via messages registered by the public, via the home page of Asker municipality; "Report Errors". Tenderers must therefore have knowledge of ArcGis in order to remove the messages, sign that the error message has been received, and later to report the error as rectified. See the procurement documents for further information.
Internal identifier : 25/6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50230000 Repair, maintenance and associated services related to roads and other equipment
Additional classification ( cpv ): 50232000 Maintenance services of public-lighting installations and traffic lights

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/04/2026
Duration end date : 31/03/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Maximum value of the framework agreement : 30 000 000 Norwegian krone

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) : no

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order (ESPD: Part II A.e). Documentation requirement: A certificate showing paid VAT, taxes and social security contributions is required. Certificate issued by the competent authority in the member country, confirming that the tenderer has fulfilled his VAT, tax and social security obligations in the country where the tenderer/contractor belongs (Norwegian tax and VAT certificate is common and can be ordered from altinn.no, RF-1507, previous RF-1244) in accordance with the legal provisions in the country. The certificate must not be more than six months old. According to the regulations §17-1(4), the Contracting Authority does not have the opportunity to request the certificate if it has already been received. If you have submitted a tax certificate to the contracting authority and it is still valid at the time of the tender submission for this competition, you will not be required to present a certificate at this time. If so, state when you have previously submitted the certificate and to whom. You can, however, enclose the certificate voluntarily if you want.
Criterion : Other economic or financial requirements
Description : Requirements regarding the tenderer ́s economic and financial position: The financial capacity to fulfil this contract is required (ESPD: Part IV B.58-3). Documentation requirement: The contracting authority will assess finances through the company and accounting information system Proff Forvalt ( www.forvalt.no ). The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. Any need for support from other companies to fulfil this qualification requirement. If the tenderer is dependent on other companies to fulfil this qualification requirement, please provide an account below. The contracting authority will, in such cases, also assess the finances of the support business in the same way. The contracting authority reserves the right, in such cases, to obtain supplementary information, bank guarantees etc.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Prices and Costs
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Solution proposal
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Assignment specific competence
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Climate and environment
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Deadline for requesting additional information : 31/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=64265

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 11/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 90 Day
Information about public opening :
Opening date : 11/09/2025 10:01 +00:00
Place : Asker
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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Ringerike, Asker og Bærum tingrett
Information about review deadlines : -
Organisation providing more information on the review procedures : Asker kommune

8. Organisations

8.1 ORG-0001

Official name : Asker kommune
Registration number : 920125298
Department : Innkjøp
Postal address : Postboks 353
Town : Asker
Postcode : 1372
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Karl Petter Kristiansen
Telephone : 66 90 90 00
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Ringerike, Asker og Bærum tingrett
Registration number : 926 725 963
Postal address : Postboks 578
Town : Sandvika
Postcode : 1302
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 67 57 65 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : d594a8d5-f16e-4cf9-a56d-06864e049dc2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/06/2025 12:15 +00:00
Notice dispatch date (eSender) : 30/06/2025 12:26 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00423252-2025
OJ S issue number : 123/2025
Publication date : 01/07/2025