ØRLAND Water Treatment Facility - Contract E41 Electro (1)

Ørland municipality shall construct a new Ørland Water Treatment Facility (VBA) to improve capacity and safety within water supply. The facility shall be developed as a new complete treatment facility with several hygienic barriers with Barsetvatnet as a water source. This competition is for operational control and automation for both …

CPV: 72200000 Programování programového vybavení a poradenské služby, 31214510 Rozvodná deska, 31730000 Elektrotechnická zařízení, 48000000 Balíky programů a informační systémy
Termín:
30. května 2025 11:00
Typ lhůty:
Podání nabídky
Místo provedení:
ØRLAND Water Treatment Facility - Contract E41 Electro (1)
Misto zadání:
Ørland kommune
Číslo zakázky:
636146-02

1. Buyer

1.1 Buyer

Official name : Ørland kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : ØRLAND Water Treatment Facility - Contract E41 Electro (1)
Description : Ørland municipality shall construct a new Ørland Water Treatment Facility (VBA) to improve capacity and safety within water supply. The facility shall be developed as a new complete treatment facility with several hygienic barriers with Barsetvatnet as a water source. This competition is for operational control and automation for both process (water treatment) and for building automation.
Procedure identifier : 4f83007b-fc5d-4540-992d-ad8f615ef002
Internal identifier : 636146-02
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Main classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 31214510 Distribution switchboards
Additional classification ( cpv ): 31730000 Electrotechnical equipment
Additional classification ( cpv ): 48000000 Software package and information systems

2.1.2 Place of performance

Postal address : Nordskogveien 90, Ørland kommune.
Town : Bjugn
Postcode : 7160
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information : The new Ørland water treatment plant shall be established at the southern end of Barsetvatnet near Liafallet, just off Barset water treatment facility.

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : ØRLAND Water Treatment Facility - Contract E41 Electro (1)
Description : Ørland municipality shall construct a new Ørland Water Treatment Facility (VBA) to improve capacity and safety within water supply. The facility shall be developed as a new complete treatment facility with several hygienic barriers with Barsetvatnet as a water source. This competition is for operational control and automation for both process (water treatment) and for building automation.
Internal identifier : 636146-02

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Main classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 31214510 Distribution switchboards
Additional classification ( cpv ): 31730000 Electrotechnical equipment
Additional classification ( cpv ): 48000000 Software package and information systems

5.1.2 Place of performance

Postal address : Nordskogveien 90, Ørland kommune.
Town : Bjugn
Postcode : 7160
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information : The new Ørland water treatment plant shall be established at the southern end of Barsetvatnet near Liafallet, just off Barset water treatment facility.

5.1.3 Estimated duration

Start date : 18/08/2025
Duration end date : 27/11/2026

5.1.4 Renewal

Maximum renewals : 3

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers must have sufficient economic and financial capacity to fulfil the contract.
Description : -A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company, not older than 6 months. -The contracting authority reserves the right to obtain further credit rating or other financial information that, but not limited to, annual financial statements including notes, the board's annual reports and auditor's reports.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Description : -Norwegian companies: Company Registration Certificate - Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have the necessary competence and experience to fulfil the contract in a satisfactory manner.
Description : Description of the tenderer's three to five most relevant contracts in the course of the last 12 years. The description must include a statement of • The assignment ́s name • Contracting Authority • The assignment ́s value • Date of the delivery • name of reference at the contracting authority with a statement of this telephone and email address, • Description of what the contract works were for, including relevance to the assignment in this competition, It is the tenderer ́s own responsibility to document that the reference assignments are relevant. 'relevant nature' means automation work for water and sewage installations. The tenderer will also be responsible for ensuring that the reference person is available and gives reference.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a good quality assurance system.
Description : A thorough and clear description of the tenderer's quality assurance measures. The description shall as a minimum contain information on how the tenderer ́s quality assurance system is built up and implemented in the organisation. A good overview showing how assignments and responsibilities are divided, 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.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a good environmental management system.
Description : A thorough description of the tenderers' environmental management measures. The description shall as a minimum contain information on how the tenderer's environmental management system was built up and implemented in the organisation. A good overview of the tenderer's environmental targets, how results are measured, and how the management follows up. If a tenderer is certified in accordance with ISO 14001 (2015), EMAS Miljøfyrtårn or equivalent certifications, it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 23/05/2025 11:00 +00:00

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 30/05/2025 11:00 +00:00
Deadline until which the tender must remain valid : 40 Week
Information about public opening :
Opening date : 02/06/2025 10:00 +00:00
Place : kgv
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Yes
Conditions relating to the performance of the contract : See the tender documentation part 1 and part 2.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Legal form that must be taken by a group of tenderers that is awarded a contract : Tenderers who participate in the competition jointly shall enclose a contract for binding cooperation and joint and several liability that is signed by all participants in the group. The supplier group shall submit a joint tender. It must be stated in the tender offer, who shall represent the group in contact with the contracting authority. Tenderers who participate in a working partnership will be assessed collectively for the qualification requirements. Each group participants must nevertheless fulfil the requirement for a "tax certificate", and the qualification requirement 'the tenderer's registration, authorisation etc'. The supplier group can, if necessary, rely on other entities in accordance with point 3.6 in order to fulfil the qualification requirements.
Financial arrangement : - The necessary permits will not be given by landowners - The necessary permits will not be given from public authorities - there is not sufficient financing for the execution of the project (possibly a decision on the municipal/entity's board of directors).

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Trøndelag tingrett
Organisation providing additional information about the procurement procedure : Asplan Viak AS
Organisation providing offline access to the procurement documents : Asplan Viak AS
Organisation receiving requests to participate : Asplan Viak AS
Organisation processing tenders : Asplan Viak AS

8. Organisations

8.1 ORG-0001

Official name : Asplan Viak AS
Registration number : 910 209 205
Postal address : Postboks 24
Town : Sandvika
Postcode : 1337
Country : Norway
Contact point : Bente Møller
Telephone : +47 41799417
Internet address : https://www.asplanviak.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
Organisation processing tenders

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926 722 794
Postal address : Munkegata 20
Town : Trondheim
Postcode : 7011
Country : Norway
Telephone : 73542400
Internet address : https://www.domstol.no
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

8.1 ORG-0003

Official name : Ørland kommune
Registration number : 921806027
Department : Ørland kommune
Postal address : Alf Nebbs gate 1
Town : Bjugn
Postcode : 7160
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Contact point : Odd-Robert Solvåg
Telephone : 93057841
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 4aaa3b5f-20dc-4b80-864b-1453d388adeb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/04/2025 09:39 +00:00
Notice dispatch date (eSender) : 23/04/2025 10:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00263279-2025
OJ S issue number : 80/2025
Publication date : 24/04/2025