Framework agreement - Consultancy engineering services - Electro

Eigersund municipality, hereafter called the contracting authority, is conducting an open tender contest for a framework agreement for consultancy engineering services – electro. Eigersund municipality, hereafter called the contracting authority, is conducting an open tender contest for a framework agreement for consultancy engineering services – electro.

CPV: 71321000 Engineering design services for mechanical and electrical installations for buildings
Deadline:
Aug. 18, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement - Consultancy engineering services - Electro
Awarding body:
Eigersund Kommune
Award number:
2025/1995

1. Buyer

1.1 Buyer

Official name : Eigersund 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 : Framework agreement - Consultancy engineering services - Electro
Description : Eigersund municipality, hereafter called the contracting authority, is conducting an open tender contest for a framework agreement for consultancy engineering services – electro.
Procedure identifier : 31e3b84d-14fb-478f-8a96-c189a0c2b80f
Internal identifier : 2025/1995
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The framework agreement shall be valid for two years, with an option for an extension for 1+1 year. See the annexes in Mercell for further information.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The contract is covered by: LOA - Public Procurements Act, 17 June 2016 no. 73 FOA - Public Procurement Regulations (procurement regulations) dated 12.08.2016 no. 974, parts I and III.

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 : Framework agreement - Consultancy engineering services - Electro
Description : Eigersund municipality, hereafter called the contracting authority, is conducting an open tender contest for a framework agreement for consultancy engineering services – electro.
Internal identifier : 2025/1995

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Options :
Description of the options : Option for a contract extension for 1+1 year.

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and duty payments in order. The certificate must not be more than six months old. Certificate issued by the Norwegian Tax Administration. The certificate must not be older than 6 months from the submission date of the offer. See chapter 1.12 in this tender documentation for further information.
Criterion : Other economic or financial requirements
Description : The tenderer is required to be a legally established company. The tenderer can document this by submitting a copy of their Company Registration Certificate. Foreign companies shall submit proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : The tenderer must have the financial position that enables him to carry out the delivery during the entire contract period. The contracting authority will obtain a credit rating (Dun&Bradstreet) for each tenderer connected to this qualification requirement. This shall be based on the last known accounting figures. The rating requirement is A. Newly established tenderers shall not be worse than AN (credit worthy of newly established companies).
Criterion : References on specified works
Description : Tenderers must have solid experience from equivalent work as included in the framework agreement. List of the most important deliveries or services performed during the past three years, including information on value/turnover, date and recipients.
Criterion : Average yearly manpower
Description : Tenderers must have a sufficiently large organisation to be able to service the framework agreement for the entire period. An overview/description of the personnel that the tenderer has at his disposal for fulfilment of this contract/framework agreement (consultancy engineering services - electro).
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers are required to have a satisfactory quality system to ensure that the service is provided in accordance with the current law and regulations. Tenderers are required to have a satisfactory quality assurance system to ensure that the service is provided in accordance with the current laws and regulations.
Criterion : Relevant educational and professional qualifications
Description : The company shall have qualifications equivalent to enterprise classification in accordance with SAK10 §9-4, as stated below: PRO = T3 SEARCH = T3 The company shall document that it has quality assurance routines for fulfilment of the Planning and Building Act. Routines for quality assurance shall include requirements in SAK10 § 10-1 (1) letter a-d. The company shall document professional qualifications that comply with the requirements in SAK10 § 11-3 and § 11-4 (1) (applicant)/ § 11-4 (2) (designer). Central approval pursuant to the Planning and Building Act § 22-1 can also be used as documentation for fulfilment of the documentation requirements in accordance with the above mentioned bullet point.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 11/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259067410.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 tenders : 18/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 18/08/2025 10:00 +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 : 400
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Sør-Rogaland tingrett
Review organisation : Eigersund kommune
Information about review deadlines : Information is to be given when relevant.
Organisation providing more information on the review procedures : Sør-Rogaland tingrett

8. Organisations

8.1 ORG-0001

Official name : Eigersund Kommune
Registration number : 944496394
Postal address : Bøckmans gate 2
Town : EGERSUND
Postcode : 4370
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Ellen Nilsen Skogen
Telephone : +47 51468000
Fax : +47 51468039
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Eigersund kommune
Registration number : 944496394
Town : Egersund
Postcode : 4370
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Sør-Rogaland tingrett
Registration number : 926723448
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Organisation providing more information on the review procedures
Mediation organisation

Notice information

Notice identifier/version : 2728ecf6-3735-4b74-b021-b298117ffaf3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/06/2025 10:31 +00:00
Notice dispatch date (eSender) : 25/06/2025 11:11 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00412166-2025
OJ S issue number : 120/2025
Publication date : 26/06/2025