Framework agreement electro and automation services DA

Færder municipality invites tenderers to an open tender contest for a framework agreement for electro and automation services, as well as materials for all types of sites under the responsibilities of operation and installation. The framework agreement includes new construction, maintenance of installations, annual inspections of all sites, as well …

CPV: 45310000 Electrical installation work, 51000000 Installation services (except software), 51100000 Installation services of electrical and mechanical equipment, 71321000 Engineering design services for mechanical and electrical installations for buildings
Deadline:
Aug. 22, 2025, 1 p.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement electro and automation services DA
Awarding body:
Færder kommune
Award number:
2025/6428

1. Buyer

1.1 Buyer

Official name : Færder 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 electro and automation services DA
Description : Færder municipality invites tenderers to an open tender contest for a framework agreement for electro and automation services, as well as materials for all types of sites under the responsibilities of operation and installation. The framework agreement includes new construction, maintenance of installations, annual inspections of all sites, as well as technical support and turn-outs.
Procedure identifier : 982dd009-1cd6-479a-bb0d-d0e7fe0a9586
Internal identifier : 2025/6428
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The contracting authority shall enter into a framework agreement for the delivery and installation of automation cabinets and the accompanying electrical services for facilities within outdoor air, roads, water and sewage. Facilities within outdoor air and roads include electrical installations in connection with, for example, port installations and parking facilities.  A system for water and sewage (pump and pressure increase stations, overflows, measuring manholes etc.) is connected to a central operational control plant, Ifix. The contracting authority currently has an operational and maintenance contract for a central operations control facility with Caverion Norway AS, department 8444. Gjøvik.The procurement ́s value over the entire contract period (two years with an option for 2 + 2 years) is estimated to: NOK 30 million. Excluding VAT. The volume is estimated based on statistics and accounting figures for the procurement of equivalent consumption for previous years, as well as future budgets. The contracting authority will not be bound to a specific volume, as changes in the need, budget and routines can affect the total volume.

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Additional information : Færder municipality

2.1.3 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Case number 2025/6428. Framework agreement electro and automation services DA Open tender contest part 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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement electro and automation services DA
Description : Færder municipality invites tenderers to an open tender contest for a framework agreement for electro and automation services, as well as materials for all types of sites under the responsibilities of operation and installation. The framework agreement includes new construction, maintenance of installations, annual inspections of all sites, as well as technical support and turn-outs.
Internal identifier : 2025/6428

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Additional information : Færder municipality

5.1.3 Estimated duration

Start date : 30/09/2025
Duration end date : 30/09/2031

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has a unilateral right to extend the contract for 2 + 2 years. If the contract will not be extended, written notification of this shall be given within three months before the contract period expires.

5.1.5 Value

Estimated value excluding VAT : 30 000 000 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

5.1.7 Strategic procurement

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 Tenderers shall have a legally established company. Documentation requirement Norwegian companies: Company Registration Certificate Foreign companies: Documentation 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 : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements The tenderer must not be subject to bankruptcy proceedings or be the subject of debt negotiations. Tenderers must have the financial capacity to fulfil the contract and to carry any loss on the relevant and other contracts. Documentation requirement: Auditor confirmed profit and loss accounts for the last three years.
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 are required to achieve a rating equivalent to "A" (credit worthy) or better. Documentation requirement: Rating from a publicly certified credit institution, not older than 3 months calculated from the tender deadline.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall submit a completed form (annex 3, tab 2.1-2.4).
Criterion :
Type : Quality
Name : Quality and function of the delivered equipment.
Description : When evaluating this criteria, documentation on the requirements set in point 1.4.6 will be assessed. Tenderers shall complete the form on general requirements for quality and technical function of equipment offered for sewage (annex 4). If equivalent equipment is offered, the tenderer shall document why the delivered equipment is to be considered equivalent to the specified quality and function.
Criterion :
Type : Cost
Name : Competence
Description : Tenderers shall submit a completed form (annex 3, tab 1).
Description of the method to be used if weighting cannot be expressed by criteria : Price 30 % Quality and function, delivered equipment 30% Competence 40 %

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 15/08/2025 13:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260199564.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 : 22/08/2025 13:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 26/08/2025 07:00 +00:00
Place : Nøtterøy
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 : yes
Electronic payment will be used : yes

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

Mediation organisation : Vestfold Tingrett
Review organisation : Vestfold Tingrett
Information about review deadlines : The waiting period is ten days after the award of contract.
Organisation providing more information on the review procedures : Færder kommune
Organisation receiving requests to participate : Færder kommune
Organisation processing tenders : Færder kommune

8. Organisations

8.1 ORG-0001

Official name : Færder kommune
Registration number : 817263992
Postal address : Tinghaugveien 18
Town : NØTTERØY
Postcode : 3140
Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Contact point : Åsa Frantz
Telephone : +47 33 39 00 00
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Vestfold Tingrett
Registration number : 926723618
Department : Tønsberg
Postal address : Anton Jenssens gate 9
Town : Tønsberg
Postcode : 3125
Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation

Notice information

Notice identifier/version : d13b55f8-886f-4b2f-998e-c5ba155e3b2f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/06/2025 11:14 +00:00
Notice dispatch date (eSender) : 27/06/2025 11:21 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00420330-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025