Prequalification Moskenes Transformer Station - General Contract Building and Ground

The Contracting Authority hereby invites tenderers to a new competition for the contract 'General Contract - Building and Ground' for the project Moskenes transformer station. Moskenes transformer station is part of a larger project called Vest-Lofoten Nettforsterkning. Elmea plans to construct a new 33/22 kV transformer station in Seljevika in …

CPV: 45000000 Bygge- og anlægsarbejder, 45200000 Hoved- eller fagentrepriser i forbindelse med bygge- og anlægsarbejder
Henrettelsessted:
Prequalification Moskenes Transformer Station - General Contract Building and Ground
Tildelende organ:
Elmea AS
Tildelingsnummer:
INV04-0046

1. Buyer

1.1 Buyer

Official name : Elmea AS
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Prequalification Moskenes Transformer Station - General Contract Building and Ground
Description : The Contracting Authority hereby invites tenderers to a new competition for the contract 'General Contract - Building and Ground' for the project Moskenes transformer station. Moskenes transformer station is part of a larger project called Vest-Lofoten Nettforsterkning. Elmea plans to construct a new 33/22 kV transformer station in Seljevika in Moskenes municipality, connected to the existing Solbjørn transformer station via 33 kV sea cable installations. The new transformer station will replace the existing Å transformer station (which needs reinvestment), as well as having flexibility for future load development in the municipality. The development area is located in an area that is regulated for business area. The contract consists of establishing a site area of approx. 2,000 m2 and the construction of a station building with a footprint of approx. 450 m2.
Procedure identifier : 121aeadd-5139-4b81-867a-cf893d1f484e
Internal identifier : INV04-0046
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 : Interested tenderers are asked to submit a confidentiality statement and ESPD form for participation in the competition. The tender documentation will be made available for tenderers when the declaration of confidentiality has been submitted.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - See the competition description

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 : Prequalification Moskenes Transformer Station - General Contract Building and Ground
Description : The Contracting Authority hereby invites tenderers to a new competition for the contract 'General Contract - Building and Ground' for the project Moskenes transformer station. Moskenes transformer station is part of a larger project called Vest-Lofoten Nettforsterkning. Elmea plans to construct a new 33/22 kV transformer station in Seljevika in Moskenes municipality, connected to the existing Solbjørn transformer station via 33 kV sea cable installations. The new transformer station will replace the existing Å transformer station (which needs reinvestment), as well as having flexibility for future load development in the municipality. The development area is located in an area that is regulated for business area. The contract consists of establishing a site area of approx. 2,000 m2 and the construction of a station building with a footprint of approx. 450 m2.
Internal identifier : INV04-0046

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 11 Month

5.1.4 Renewal

Maximum renewals : 2

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional 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.
Criterion : Enrolment in a trade 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.
Criterion : Financial ratio
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: Minimum qualification requirements
Criterion : References on specified 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

5.1.11 Procurement documents

Address of the procurement documents : https://permalink.mercell.com/255904535.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
Variants : Not allowed
Deadline for receipt of requests to participate : 05/06/2025 13:00 +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 : Stated in document FOR002-2
Financial arrangement : Stated in document FOR002-2

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 : SALTEN OG LOFOTEN TINGRETT -
Information about review deadlines : In accordance with the current regulations.
Organisation providing additional information about the procurement procedure : Elmea AS -
Organisation providing more information on the review procedures : SALTEN OG LOFOTEN TINGRETT -

8. Organisations

8.1 ORG-0001

Official name : Elmea AS
Registration number : 986347801
Postal address : Vorsetøyveien 31
Town : Svolvær
Postcode : 8300
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Ruben Johansen
Telephone : +47 76067606
Internet address : http://www.elmea.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : SALTEN OG LOFOTEN TINGRETT
Registration number : 826723122
Town : Svolvær
Postcode : 8300
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 90453c53-1b5e-448a-9969-223ebce98e8f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/05/2025 13:38 +00:00
Notice dispatch date (eSender) : 05/05/2025 14:16 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00293279-2025
OJ S issue number : 88/2025
Publication date : 07/05/2025