E61 Machine and process Kongshaugen sewage treatment facility - New competition (qualification phase).

The builder shall enter into a contract with one contractor for machine and process equipment for Kongshaugen (contract E61). The contractor will be the main contractor. The builder will enter into a contract that builds on the contract standard "NS 8405:2008 Norwegian Building and Construction Contract" for the execution. The …

CPV: 24962000 Chemikalien für die Wasseraufbereitung, 31711400 Röhren und Elektronenröhren, 42120000 Pumpen und Kompressoren, 42130000 Leitungsventile, Hähne, Rohrarmaturen und ähnliche Vorrichtungen, 42912300 Maschinen und Geräte zum Filtrieren oder Reinigen von Wasser, 42996000 Maschinen zur Reinigung von Abwasser, 42996110 Zerkleinerungsmaschinen für die Abwasserbehandlung, 43310000 Baumaschinen, 44163000 Rohrleitungen und Formstücke, 45000000 Bauarbeiten, 45231100 Bauarbeiten für Rohrleitungen, 45231110 Rohrverlegearbeiten, 45231300 Bauarbeiten für Wasser- und Abwasserrohrleitungen, 45232000 Bauarbeiten und zugehörige Arbeiten für Rohrleitungen und Kabelnetze, 45232430 Arbeiten an Wasseraufbereitungsanlagen, 45248000 Bauarbeiten für hydromechanische Anlagen, 45252000 Bauarbeiten für Klär-, Reinigungs- und Müllverbrennungsanlagen, 45252120 Bau von Wasseraufbereitungsanlagen, 45350000 Maschinentechnische Installationen, 45351000 Maschinentechnische Installationsarbeiten, 51100000 Installation von elektrischen und mechanischen Einrichtungen, 76410000 Einbringen von Schachtringen und Verrohrung
Ausführungsort:
E61 Machine and process Kongshaugen sewage treatment facility - New competition (qualification phase).
Vergabestelle:
Ålesund kommune v/Vatn og Avløp
Vergabenummer:
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 : E61 Machine and process Kongshaugen sewage treatment facility - New competition (qualification phase).
Description : The builder shall enter into a contract with one contractor for machine and process equipment for Kongshaugen (contract E61). The contractor will be the main contractor. The builder will enter into a contract that builds on the contract standard "NS 8405:2008 Norwegian Building and Construction Contract" for the execution.
Procedure identifier : 5c9a6ce5-b4ee-4d18-a973-f879f64f4569
Previous notice : 116047-2024
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 suppliers the possibility 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 ): 24962000 Water-treatment chemicals
Additional classification ( cpv ): 31711400 Valves and tubes
Additional classification ( cpv ): 42120000 Pumps and compressors
Additional classification ( cpv ): 42130000 Taps, cocks, valves and similar appliances
Additional classification ( cpv ): 42912300 Machinery and apparatus for filtering or purifying water
Additional classification ( cpv ): 42996000 Machinery for the treatment of sewage
Additional classification ( cpv ): 42996110 Macerators for the treatment of sewage
Additional classification ( cpv ): 43310000 Civil engineering machinery
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 45231100 General construction work for pipelines
Additional classification ( cpv ): 45231110 Pipelaying construction work
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45232430 Water-treatment work
Additional classification ( cpv ): 45248000 Construction work for hydro-mechanical structures
Additional classification ( cpv ): 45252000 Construction works for sewage treatment plants, purification plants and refuse incineration plants
Additional classification ( cpv ): 45252120 Water-treatment plant construction work
Additional classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45351000 Mechanical engineering installation works
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 76410000 Well-casing and tubing services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 140 000 000 Norwegian krone

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 : E61 Machine and process Kongshaugen sewage treatment facility - New competition (qualification phase).
Description : The builder shall enter into a contract with one contractor for machine and process equipment for Kongshaugen (contract E61). The contractor will be the main contractor. The builder will enter into a contract that builds 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 ): 24962000 Water-treatment chemicals
Additional classification ( cpv ): 31711400 Valves and tubes
Additional classification ( cpv ): 42120000 Pumps and compressors
Additional classification ( cpv ): 42130000 Taps, cocks, valves and similar appliances
Additional classification ( cpv ): 42912300 Machinery and apparatus for filtering or purifying water
Additional classification ( cpv ): 42996000 Machinery for the treatment of sewage
Additional classification ( cpv ): 42996110 Macerators for the treatment of sewage
Additional classification ( cpv ): 43310000 Civil engineering machinery
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 45231100 General construction work for pipelines
Additional classification ( cpv ): 45231110 Pipelaying construction work
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45232430 Water-treatment work
Additional classification ( cpv ): 45248000 Construction work for hydro-mechanical structures
Additional classification ( cpv ): 45252000 Construction works for sewage treatment plants, purification plants and refuse incineration plants
Additional classification ( cpv ): 45252120 Water-treatment plant construction work
Additional classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45351000 Mechanical engineering installation works
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 76410000 Well-casing and tubing services
Options :
Description of the options : The contract contains options, see Part II C Technical Requirements E61 and the description of amounts, Part II - C.2.3.1 Quantity Description E61.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 140 000 000 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified deliveries
Description : 9.6 Selection Criteria The contractor's experience from the delivery and installation/assembly of machine and process equipment to comparable sewage or process installations. When selection of qualified contractors, the contracting authority will undertake an overall assessment of the contractor's experience. Documentation: The selection will be based on the submitted documentation for the qualification requirement in point 9.3.5. Tenderers shall not submit 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 therefore do not need to submit documentation for this requirement beyond the completed tender form. Foreign tenderers: Documentation 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 sufficient 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 Technical and professional qualification requirements Tenderers shall have sufficient experience with the delivery and installation/assembly of machine and process equipment to comparable sewage or process installations. The reference projects must be carried out by the tenderer themselves or by sub-suppliers 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 contain the following for each of the contracts: Name of the builder (contracting authority) Date of the delivery The contract ́s value 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 : Measures for ensuring quality
Description : 9.3.6 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 : 9.3.7 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 : 0
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.2.3.1). The prices shall be stated in NOK and excluding VAT. If there are deviations between the price form in part II – F Vederlaget E61 and the quantity description in part II – C.2.3.1, 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 : A general assessment will be made of how the contractor will ensure good quality of the delivery, where the following elements will be emphasised: 1. Choice and composition of the offered equipment as stated in Part I Annex 6 - Quality. 2. The key personnel ́ relevant formal competence and relevant experience from previous assignments. Key personnel are seen as: Manager Site Manager Process Manager The contracting authority will particularly emphasise relevant experience from previous assignments for all resources. The offered key personnel shall carry out the roles they are offered for during the execution of the contract. The contracting authority also refers to Part II B.2 Special contract terms point 5. Documentation: 1. The documentation requirement for point 1 is in Part I annex 6 - Quality. The response to point 1 shall be documented in Part I annex 6 - Quality. The response should be at maximum 5 A4 pages (font size 10 or greater). Anything beyond five pages will not be evaluated, with the exception of product data sheets that shall be delivered in addition to allowed pages. 2. CVs for key personnel. CVs are documented by a supplement of the following 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": 1. How climate and environmental considerations are safeguarded in the project, including all binding climate and environmental measures offered. 2. The offered equipment ́s efficiency in accordance with specific electricity consumption. The contracting authority draws attention to the fact that the tenderer ́s response is binding in the execution of the contract, see part II B.2 Special contract terms, point 6. Documentation: The documentation requirement is in Part 1 Annex 8 - Climate and environment. The award criteria can be documented by a supplement of Part I annex 8 - Climate and Environment. The number limit given in Part I annex 8 - Climate and Environment applies for responses to point 1. Anything beyond the stated number of allowed pages will not be evaluated. EPD environmental declaration and/or environmental labelling can be submitted in addition to the allowed pages in part I annex 8 - Climate and Environment.
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257879375.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 04/07/2025
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 : 25/06/2025 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 Part II.
A non-disclosure agreement is required : no
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 receiving requests to participate : Inventura AS -
Organisation processing tenders : 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 : +47 94892788
Internet address : https://www.inventura.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

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 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
Postal address : Postboks 1354 Sentrum
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 : 6b7a5d61-8388-4bcc-ac1a-de4a506aa60e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/05/2025 06:17 +00:00
Notice dispatch date (eSender) : 26/05/2025 06:17 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00341645-2025
OJ S issue number : 101/2025
Publication date : 27/05/2025