Charging infrastructure for electric vehicles and site machines - qualification phase

Nordre Follo municipality and participating municipalities (Vestby, Nesodden, Ås and Frogn), hereafter called the contracting authority, invite tenderers to a negotiated procedure in connection with a framework agreement for the purchase and establishment of charging infrastructure for normal charging of vehicles and construction machines. The contract also includes service contracts …

CPV: 09310000 Electricity, 31000000 Electrical machinery, apparatus, equipment and consumables; lighting, 31681500 Rechargers, 45231400 Construction work for electricity power lines, 45310000 Electrical installation work, 48110000 Point of sale (POS) software package, 50100000 Repair, maintenance and associated services of vehicles and related equipment, 51110000 Installation services of electrical equipment
Place of execution:
Charging infrastructure for electric vehicles and site machines - qualification phase
Awarding body:
NORDRE FOLLO KOMMUNE
Award number:
25/56589

1. Buyer

1.1 Buyer

Official name : NORDRE FOLLO KOMMUNE
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Charging infrastructure for electric vehicles and site machines - qualification phase
Description : Nordre Follo municipality and participating municipalities (Vestby, Nesodden, Ås and Frogn), hereafter called the contracting authority, invite tenderers to a negotiated procedure in connection with a framework agreement for the purchase and establishment of charging infrastructure for normal charging of vehicles and construction machines. The contract also includes service contracts for the operation and maintenance of charging stations, as well as operation of an administration system with a payment system. In order to be invited to submit a tender, a qualification request must be submitted by the deadline and qualified by the contracting authority.
Procedure identifier : 17353360-08e4-43a6-a73f-aef8ed9cad34
Internal identifier : 25/56589
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : Scope1 of the agreement. Ready assembled and operated charging stations2. Foundations for charging stations3. Administration system4. Payment system 5. Electrical installation works6. Excavation work7. Annual inspection 8. Repairs 9. Project managementExisting charging stations can be transferred to this contract.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09310000 Electricity
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31681500 Rechargers
Additional classification ( cpv ): 45231400 Construction work for electricity power lines
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 48110000 Point of sale (POS) software package
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 51110000 Installation services of electrical equipment

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 16 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the negotiated procedure after the prior notice, cf. §13-1(2) c).

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Charging infrastructure for electric vehicles and site machines - qualification phase
Description : Nordre Follo municipality and participating municipalities (Vestby, Nesodden, Ås and Frogn), hereafter called the contracting authority, invite tenderers to a negotiated procedure in connection with a framework agreement for the purchase and establishment of charging infrastructure for normal charging of vehicles and construction machines. The contract also includes service contracts for the operation and maintenance of charging stations, as well as operation of an administration system with a payment system. In order to be invited to submit a tender, a qualification request must be submitted by the deadline and qualified by the contracting authority.
Internal identifier : 25/56589

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09310000 Electricity
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31681500 Rechargers
Additional classification ( cpv ): 45231400 Construction work for electricity power lines
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 48110000 Point of sale (POS) software package
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 51110000 Installation services of electrical equipment

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 04/01/2026
Duration end date : 04/01/2030

5.1.5 Value

Estimated value excluding VAT : 16 000 000 Norwegian krone
Maximum value of the framework agreement : 22 000 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
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. Minimum qualification requirements The tenderer shall be a legally established company. Documentation: Norwegian companies shall submit a company registration certificate from the Brønnøysund Register Centre. Foreign companies shall submit proof that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Tenderers are required to have a bankruptcy rating equivalent to B (moderate bankruptcy risk) from Proff Forvalt (Proff AS) or better. Documentation requirement: The contracting authority will use Proff Forvalt (Proff AS) to assess fulfilment of the requirement. Therefore it is not necessary for tenderers to send this documentation. The tenderer is expected to have known registered information about the company in Proff AS. If a tenderer chooses to use a parent company to fulfil the requirement, a parent company guarantee must be enclosed. The contracting authority will then use Proff Forvalt to assess the parent company's bankruptcy rating. If the tenderer (e.g. newly established companies) is not subject to bankruptcy proceedings in Proff Forvalt, the tenderer is asked to enclose other appropriate documentation. This can e.g. be the company's annual accounts or extracts thereof, bank declarations or liability insurance certificates, ref. the Public Procurement Regulations §16-4. If one company will use the capacity of other companies to fulfil the requirements for economic and financial capacity, the contracting authority requires that they are joint and severally responsible for the execution of the contract.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have experience from equivalent assignments related to the delivery of each sub area as described in the requirement specification. Documentation requirement: Tenderers shall state, and briefly describe, the up to two most important and most relevant deliveries in the last 3 years. The description must include a statement of the assignment ́s contracting authority (gender neutral preferred, telephone number and email address) with the contract value and date. It is the tenderer ́s responsibility to document relevance through the description.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements Tenderers shall have a quality assurance system suitable for the delivery. Documentation: A description shall be enclosed of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or other relevant quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Professional qualifications electro - tenderers shall be certified Electrical installer and must have the necessary certifications for the relevant disciplines within heavy current and low current. Professional qualifications excavation - Tenderers shall be a certified contractor in order to carry out excavations in public roads and follow the relevant guidelines for conveying cables, pipelines and Digging. Tenderers must have the necessary certifications for the relevant disciplines.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/263890493.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
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 requests to participate : 17/10/2025 21:59 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : NORDRE FOLLO KOMMUNE
Information about review deadlines : The waiting period expires is 10 days calculated from the day after notification of choice of tenderer.
Organisation providing additional information about the procurement procedure : NORDRE FOLLO KOMMUNE
Organisation providing offline access to the procurement documents : NORDRE FOLLO KOMMUNE

8. Organisations

8.1 ORG-0001

Official name : NORDRE FOLLO KOMMUNE
Registration number : 922092648
Postal address : Idrettsveien 8
Town : SKI
Postcode : 1400
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Asle Orseth
Telephone : 48864507
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : NORDRE FOLLO KOMMUNE
Registration number : 922092648
Postal address : Idrettsveien 8
Town : SKI
Postcode : 1400
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Asle Orseth
Telephone : 48864507
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : f2626677-05ab-4ed8-94e3-e1dad4b8c8f9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/09/2025 13:58 +00:00
Notice dispatch date (eSender) : 10/09/2025 16:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00597339-2025
OJ S issue number : 175/2025
Publication date : 12/09/2025