E41 Electrotechnical installations, the rock installation Kongshaugen sewage treatment plant - New competition (qualification phase).

The builder shall enter into a contract with one contractor for the execution of contract E41 Electrotechnical Installations, the Rock Facility Kongshaugen.The builder will enter into a contract that is based on the contract standard "NS 8405:2008 Norwegian Building and Construction Contract" for the execution. The builder shall enter into …

CPV: 30195000 Tabule, 30195200 Elektronické tabule a příslušenství, 31625000 Poplachová zařízení na ochranu proti krádeži nebo požáru, 31710000 Elektronická zařízení, 31711100 Elektronické součásti, 31730000 Elektrotechnická zařízení, 45000000 Stavební práce, 45312000 Instalace a montáž poplachových systémů a antén, 45314300 Instalace a montáž kabelové infrastruktury, 45315100 Instalace a montáž elektrotechnického zařízení, 45316000 Instalace a montáž osvětlovacích a signalizačních systémů, 45331000 Instalace a montáž topení, větrání a klimatizace, 51100000 Instalace a montáž elektrických a mechanických zařízení, 71334000 Strojírenské a elektrotechnické služby
Místo provedení:
E41 Electrotechnical installations, the rock installation Kongshaugen sewage treatment plant - New competition (qualification phase).
Misto zadání:
Ålesund kommune v/Vatn og Avløp
Číslo zakázky:
87161

1. Buyer

1.1 Buyer

Official name : Ålesund kommune v/Vatn og Avløp
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : E41 Electrotechnical installations, the rock installation Kongshaugen sewage treatment plant - New competition (qualification phase).
Description : The builder shall enter into a contract with one contractor for the execution of contract E41 Electrotechnical Installations, the Rock Facility Kongshaugen.The builder will enter into a contract that is based on the contract standard "NS 8405:2008 Norwegian Building and Construction Contract" for the execution.
Procedure identifier : 11c5e70f-93f6-409f-b524-67e0084b45c8
Previous notice : 101937-2025
Internal identifier : 87161
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : This procurement will be carried out in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the Regulation 12 August 2016 no. 975 on procurement rules in the supply sectors (The Supply Regulations). The procurement will be carried out as a negotiated procedure after a prior notice in accordance with the utilities regulations parts I and II cf. § 9-1.This procedure gives all interested tenderers the opportunity to submit a request for participation in the competition. Only tenderers who are then invited by the contracting authority can submit a tender.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 30195000 Boards
Additional classification ( cpv ): 30195200 Electronic copyboards or accessories
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31711100 Electronic components
Additional classification ( cpv ): 31730000 Electrotechnical equipment
Additional classification ( cpv ): 45312000 Alarm system and antenna installation work
Additional classification ( cpv ): 45314300 Installation of cable infrastructure
Additional classification ( cpv ): 45315100 Electrical engineering installation works
Additional classification ( cpv ): 45316000 Installation work of illumination and signalling systems
Additional classification ( cpv ): 45331000 Heating, ventilation and air-conditioning installation work
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - This procurement will be carried out in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the Regulation 12 August 2016 no. 975 on procurement rules in the supply sectors (The Supply Regulations). The procurement will be carried out as a negotiated procedure after a prior notice in accordance with the utilities regulations parts I and II cf. § 9-1.

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 : 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?
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 of obligations set under 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?
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 : E41 Electrotechnical installations, the rock installation Kongshaugen sewage treatment plant - New competition (qualification phase).
Description : The builder shall enter into a contract with one contractor for the execution of contract E41 Electrotechnical Installations, the Rock Facility Kongshaugen.The builder will enter into a contract that is based on the contract standard "NS 8405:2008 Norwegian Building and Construction Contract" for the execution.
Internal identifier : 87161

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 30195000 Boards
Additional classification ( cpv ): 30195200 Electronic copyboards or accessories
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31711100 Electronic components
Additional classification ( cpv ): 31730000 Electrotechnical equipment
Additional classification ( cpv ): 45312000 Alarm system and antenna installation work
Additional classification ( cpv ): 45314300 Installation of cable infrastructure
Additional classification ( cpv ): 45315100 Electrical engineering installation works
Additional classification ( cpv ): 45316000 Installation work of illumination and signalling systems
Additional classification ( cpv ): 45331000 Heating, ventilation and air-conditioning installation work
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 21 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified deliveries
Description : 9.6 Selection Criteria The tenderer's experience from projects of a relevant nature and extent. When selection of qualified tenderers, the contracting authority will undertake an overall assessment of the tenderers ́ relevant experience from projects of a relevant nature and extent. In the overall assessment, experience with electrotechnical work at major water or sewage treatment facilities will be particularly emphasised. Documentation: The selection will be based on the submitted documentation for the qualification requirement in point 9.3.5 on experience from projects of a relevant nature and extent. Tenderers shall not present their own documentation for the selection criteria.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 100
Criterion : Other economic or financial requirements
Description : 9.3.2 Requirement for tax certificate Tenderers shall have their tax and duty payments in order. Documentation: Tax certificate not older than six months calculated from the deadline for submitting a request for participation in the competition. Tax certificate means: Norwegian tenderers: A tax and VAT certificate issued by the tax office via Altinn. Foreign tenderers: Equivalent certificates from their own country that show that they have their tax and duty payments in order. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Criterion : Enrolment in a relevant professional register
Description : 9.3.3 Registration, authorisation, etc. The tenderer shall be a legally established company. Documentation: Norwegian tenderers: Completed enquiry form containing company name and organisation number. The contracting authority will verify that the requirement is met through a look-up in the Register of Business Enterprises. Norwegian companies do not, therefore, need to submit documentation for this requirement beyond the completed enquiry form. Foreign tenderers: Documentation that shows that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : 9.3.4 Economic and financial capacity requirements Tenderers must have good economic and financial capacity to fulfil the contract. The financial capacity will be assessed on the basis of i.a. turnover, profit margin, solidity, liquidity, credit score and payment history. Documentation: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from the last three completed fiscal years (2022, 2023 and 2024). If the Annual Financial Statements for 2024 have not been completed by the deadline for submitting a request for participation in the competition, the preliminary annual accounts for the previous year must be enclosed. If there are reasons that cannot be enclosed with the provisional annual accounts, the tenderer shall substantiate financial strength in another suitable manner. The contracting authority reserves the right to carry out a credit assessment itself.
Criterion : References on specified deliveries
Description : 9.3.5 Professional and technical qualification requirements - References Tenderers shall have sufficient experience from projects of a relevant nature and scope. 'relevant nature' means electrotechnical work with at least one of the following alternatives: Water or sewage treatment plant Power station in rock or free-lying power station Land based fish farming plant or land based fish slaughterhouse Process installations, process industry plants, chemical industry or petrochemical industry. The road tunnel where electrotechnical work amounts to a value of minimum NOK 40 million excluding VAT. It is sufficient to fulfil the requirement for a "relevant nature" that the tenderer has carried out electrotechnical work at one of the above mentioned bullet points. 'Relevant scope' means a reference project where the share of electrotechnical work amounts to a value of minimum NOK 10 million excluding VAT. This does not apply where the relevant species are road tunnels. For the road tunnel, the electrotechnical work must amount to a minimum of NOK 40 million excluding VAT (see the bullet point about the road tunnel in the first section). The requirement for "relevant nature and scope" must be fulfilled in the same reference project. The reference project must be carried out by the tenderer himself or by a sub-supplier who shall carry out the relevant parts of the contract. If so, documentation must also be submitted that the sub-contractor is a supporting company in accordance with the competition description point 9.3.1. Documentation: An overview of up to five (5) assignments carried out during the last ten (10) years calculated from the deadline for submitting a request for participation in the competition. The overview shall include the following for each assignment: Name of the builder (contracting authority) Date of the delivery The value of the electrotechnical work in the project Description of what the contractual works were for, including relevance to the qualification requirement. What work was carried out by the tenderer and what work was carried out by sub-contractors (contractual partners). This qualification requirement is to be documented by a supplement of part I Annex 3 - Reference Descriptions. If a tenderer will use other companies to fulfil the qualification requirement, the limit applies to the number of reference projects combined for both the tenderer and the supporting company.
Criterion : Relevant educational and professional qualifications
Description : 9.3.5 Requirements for technical and professional qualifications - Responsibility right Tenderers shall fulfil the requirements that apply to declare the right to be responsible for executor within the functions that shall be safeguarded, cf. CASE 10 chapter 9-11. Including the following development class: Development class 2 for installation of a management system Development class 2 for the installation of fire alarm systems. Documentation: Tenderers shall provide applicable central certification for the right to be responsible in the enterprise for the functions that shall be safeguarded, or other documentation that shows that the tenderer fulfils the requirements for declaring the right to be responsible in the enterprise classification.
Criterion : Enrolment in a relevant professional register
Description : 9.3.6 Registration requirements in the Electrical Enterprise Register. Tenderers shall be registered in the Electrical Enterprise Register. Documentation: Tenderers shall submit a copy of a valid certificate that shows that it is registered in the Electrical Enterprise Register: Electrical Company Register (dsb.no). The contracting authority reserves the right to look up the entity in the register.
Criterion : Measures for ensuring quality
Description : 9.3.7 Quality assurance system requirements Tenderers shall have a good and implemented quality assurance system. Documentation: A description of the tenderer's quality assurance system. The description shall as a minimum contain information on how the tenderer ́s quality assurance system is built up and implemented in the organisation, how assignments and responsibilities are distributed, how the management follows up, and on audits. If a tenderer is certified in accordance with ISO 9001 or equivalent certifications, it is sufficient to enclose a copy of a valid certificate.
Criterion : Environmental management measures
Description : 9.3.8 Environmental management system requirements Tenderers shall have a good and implemented environmental management system. Documentation: A description of the tenderer's environmental management system. The description shall, as a minimum, include information on how the tenderer's environmental management system was built up and implemented in the organisation, the tenderer's environmental goals, environmental policy, how results are measured, and how the management follows up. If a tenderer is certified in accordance with ISO 14001, EMAS, Miljøfyrtårn or equivalent certifications, it is sufficient to enclose a copy of a valid certificate.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The price will be assessed on the basis of the total sum stated in the summary of price-bearing items in the quantity description. Documentation: Completed price form (part II point F) and the description of amounts (part II point C.2). The prices shall be stated in NOK and excluding VAT. In the event of deviations between the price form in part II – F Vederlaget E41 and the quantity description in part II – C.2 Technical Description E41, the quantity description will go before the price form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The contracting authority will evaluate the following under the award criteria "quality": 1. To what degree the contractor has a robust, concrete and project adapted plan for implementation of the project, including, among other things, the plan for: Safeguarding of quality Safeguarding HSE Co-ordination with other contracts in the project Avoid delays in material deliveries 2. To what degree the contractor has an organisation adapted to the project, with clear roles and areas of responsibility. 3. The offered key personnel ́ relevant formal competence and relevant experience from previous assignments. Key personnel are seen as: Manager Site Manager BAS HSE person responsible The offered key personnel shall carry out the roles they are offered for during the execution of the contract. See Part II B.2 Special contract provisions point 6. Documentation: 1. A description of the following: How the assignment is planned to be carried out in order to ensure that good quality is safeguarded in the project implementation. What routines and measures the contractor will implement to safeguard SHA in the project implementation. How the contractor will adapt to other contracts in the project How the contractor will work to avoid delays in material deliveries 2. Overview of how the contractor will be organised in the project, including an overview of the roles and areas of responsibility in the project, as well as any sub-contractors (disciplines). Furthermore, the contractor shall explain/justify his organisation. Points 1 and 2 shall be documented by a supplement of Part I Annex 6 - Response to the award criteria Quality. The description for points 1 and 2 should be at maximum 5 A4 pages (font size 10 points or greater). Anything beyond five pages, as well as annexes to the description, will not be evaluated , except for any annex with an organisation chart. 3. CVs for the offered key personnel. This point is documented by supplementary annexes: Part I Annex 7 - CV for key personnel. Tenderers can use their own CV template for as long as the information requested in the contracting authority ́s CV template is in the CV.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Climate and environment
Description : The contracting authority will evaluate the following under the award criteria "climate and environment": The tenderer's binding climate and environmental measures beyond the requirements in the tender documentation, as well as how these measures contribute to reducing greenhouse gas emissions and ensuring that the project is carried out with as little environmental impact as possible. Examples of climate and environmentally friendly choices can be, among other things, but not limited to: Transport of materials, equipment and personnel to and from the site area, as well as the site area with low climate emissions. Components and equipment with low environmental impact Energy consumption/energy efficiency for the offered components and equipment, such as light fixtures. Components that use recycled material (e.g. steel or plastic) Waste minimisation and re-use Documentation: A description of the offered climate and environmental measures in addition to the requirements in the tender documents, as well as a description of how the climate and environmental measures contribute to reducing greenhouse gas emissions and ensuring that the project is carried out with as few environmental impacts as possible. This point is documented by a supplementary annex: Part I Annex 8 - Climate and Environment. The description shall be maximum 3 A4 pages (font size 10 or greater). Anything beyond three pages will not be evaluated.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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

Deadline for requesting additional information : 10/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257101854.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 01/07/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : The guarantee shall be in accordance with NS 8405.
Deadline for receipt of requests to participate : 17/06/2025 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 the annex in Part II.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See Annex Part II - B.2 Special Contract Terms and Part II - F Re-tender.

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett -
Information about review deadlines : The petition for a provisional injunction against the contracting authority's decision to reject or reject a request to participate in the competition must be brought before the district court within 15 days calculated from the day after the contracting authority ́s notification has been sent, cf. the Utilities Regulations § 16-5.
Organisation providing additional information about the procurement procedure : Inventura AS -
Organisation providing offline access to the procurement documents : Inventura AS -
Organisation receiving requests to participate : Inventura AS -

8. Organisations

8.1 ORG-0001

Official name : Inventura AS
Registration number : 983351417
Postal address : Solheimsgaten 15
Town : Bergen
Postcode : 5058
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Mia Valø
Telephone : +4794892788
Internet address : https://www.inventura.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Ålesund kommune v/Vatn og Avløp
Registration number : 929911709
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Mia Valø
Telephone : +4794892788
Roles of this organisation :
Buyer
Central purchasing body acquiring supplies and/or services intended for other buyers
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers

8.1 ORG-0003

Official name : Møre og Romsdal tingrett
Registration number : 926723200
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : +4770334700
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 1d1e04de-d9d0-418e-9292-be8940413d32 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/05/2025 13:22 +00:00
Notice dispatch date (eSender) : 16/05/2025 14:10 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00322876-2025
OJ S issue number : 96/2025
Publication date : 20/05/2025