Procurement of electricity/electricity and accompanying services 2025

Tradebroker will, on behalf of its member companies, enter into a framework agreement with two tenderers for the provision of electricity with the accompanying services. The members currently have a combined annual delivery volume of approx. 1.2 TWh and Tradebroker would like to offer framework agreements for electricity to the …

CPV: 09310000 Electricity, 66140000 Portfolio management services
Place of execution:
Procurement of electricity/electricity and accompanying services 2025
Awarding body:
Stiftelsen Tradebroker
Award number:
645

1. Buyer

1.1 Buyer

Official name : Stiftelsen Tradebroker
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Entur AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : Vygruppen AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

1.1 Buyer

Official name : Statnett SF
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : BKK AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Procurement of electricity/electricity and accompanying services 2025
Description : Tradebroker will, on behalf of its member companies, enter into a framework agreement with two tenderers for the provision of electricity with the accompanying services. The members currently have a combined annual delivery volume of approx. 1.2 TWh and Tradebroker would like to offer framework agreements for electricity to the market ́s most competitive terms for its members. Competitive terms means both the financial criteria as well as consideration to quality and implementation ability. These are further described in the attached information on award criteria in Artifik. The contracting authority ́s members shall have great flexibility in choosing suitable systems and strategies. See the attached tender documentation for further information.
Procedure identifier : e5dd3f1c-6aaa-46f7-b3b2-09c55c390692
Internal identifier : 645
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 :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09310000 Electricity
Additional classification ( cpv ): 66140000 Portfolio management services

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 7 000 000 000 Norwegian krone
Maximum value of the framework agreement : 14 000 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
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?
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.
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).
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).
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).
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Is the tenderer 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?
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.
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 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.
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?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
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.
Offence concerning its professional conduct in the domain of defence procurement : 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the country : Is the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Procurement of electricity/electricity and accompanying services 2025
Description : Tradebroker will, on behalf of its member companies, enter into a framework agreement with two tenderers for the provision of electricity with the accompanying services. The members currently have a combined annual delivery volume of approx. 1.2 TWh and Tradebroker would like to offer framework agreements for electricity to the market ́s most competitive terms for its members. Competitive terms means both the financial criteria as well as consideration to quality and implementation ability. These are further described in the attached information on award criteria in Artifik. The contracting authority ́s members shall have great flexibility in choosing suitable systems and strategies. See the attached tender documentation for further information.
Internal identifier : 804

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09310000 Electricity
Additional classification ( cpv ): 66140000 Portfolio management services

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Two years. The right to extend the contract for up to 2 x 2 years.

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 : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order. Documentation requirements: Tenderers shall submit a valid tax and VAT certificate, not older than 6 months.
Criterion : Enrolment in a trade register
Description : The tenderer shall be a legally established company. Documentation requirements: Tenderers shall submit a valid Company Registration Certificate, not older than 6 months.
Criterion : Financial ratio
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations and be robust enough to tole fluctuations in currency, electricity prices, interest rates and the delivery situation. The intention is to give the contracting authority security that the tenderer will be financially viable throughout the period of the agreement. Documentation requirements: Tenderers shall, at a minimum, have an annual turnover of NOK 500 million alone, or alternatively through a parent company. If tenderers use the capacity of another company in this manner to fulfil the requirement, Tradebroker requires that they are joint and severally liable for the execution of the contract, cf. FYF § 12-5 (4).

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Financial considerations
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name :
Description : Qualitative considerations
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 65
Criterion :
Type : Quality
Name :
Description : Tradebroker has carried out market surveys with several tenderers in this procurement in order to map possible environment criteria, as well as carried out dialogue with DFØ. Furthermore, refer to the newly settled case KOFA 2024/1422 between Fjordkraft and the University of Bergen, section 43: "All of the assignments that shall be carried out under the contract are assignments that are carried out by one or several employees in an office with access to the right tools. The main performance that the employee makes is to assess which purchases make sense to the customer and then carry out these. Administrative assignments will also be carried out for the purchases and execution of the contract" cf. KOFA 2024/1422 section 43. The conclusion to KOFA in the mentioned case, cf. section 44, is that the execution of the assignments has a small climate and environmental impact. The mentioned case includes the same products and services as the procurement for Tradebroker concerns. Furthermore, there are consultant and analysis services that shall be procured here on DFØ ́s overview of procurements that are considered to have a climate footprint and an environmental impact that is immaterial: https://anskaffelser.no/verktoy/veiledere/veileder-til-regler-om-klima-og-miljohensyn-i-offentlige-anskaffelser/7-anskaffelser-som-etter-sin-art-har-uvesentlig-klimaavtrykk-og-miljobelastning Tradebroker has, based on the reviewed, concluded that the procurement has, in its nature, a climate and environmental impact that is immaterial, cf. the Supply Regulations § 7-9 (5). The environment will therefore not be weighted in this procurement. In this procurement, the Contracting Authority chooses to make requirements for guarantees of origin in order to give our members the opportunity to purchase renewable energy. It is up to each individual member to choose whether they want to purchase guarantees of origin on the contract.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
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

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/645
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 22/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

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 : Follo og Nordre Østfold tingrett -
Organisation providing additional information about the procurement procedure : Stiftelsen Tradebroker -
Organisation providing more information on the review procedures : Stiftelsen Tradebroker -
Organisation receiving requests to participate : Artifik AS -

8. Organisations

8.1 ORG-0001

Official name : Stiftelsen Tradebroker
Registration number : 960479777
Postal address : Rosenholmveien 25
Town : Nordre Follo
Postcode : 1414
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Terje Fagervik
Telephone : +47 22886070
Internet address : https://tradebroker.no/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Entur AS
Registration number : 917422575
Postal address : Postboks 1554 Vika
Town : Oslo
Postcode : 0117
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Kristoffer Cyrille Nolin
Telephone : +47 92264100
Internet address : https://entur.no/
Buyer profile : https://entur.no/
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Vygruppen AS
Registration number : 984661177
Postal address : Postboks 1800 Sentrum
Town : Oslo
Postcode : 0048
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Adriana Lalinde
Telephone : +47 97160003
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Statnett SF
Registration number : 962986633
Postal address : Postboks 4904 Nydalen
Town : Oslo
Postcode : 0423
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Ingvild Stang Medhus
Telephone : +47 93417626
Internet address : https://www.statnett.no
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Follo og Nordre Østfold tingrett
Registration number : 926725920
Postal address : Postboks 64
Town : Ski
Postcode : 1401
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 64003000
Roles of this organisation :
Review organisation

8.1 ORG-0006

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate

8.1 ORG-0007

Official name : BKK AS
Registration number : 976944801
Postal address : Solheimsgaten 5
Town : Bergen
Postcode : 5058
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Per Tore Økland
Telephone : +47 90946778
Internet address : https://www.bkk.no
Buyer profile : https://www.bkk.no
Roles of this organisation :
Buyer

10. Change

Version of the previous notice to be changed : 04208d64-a7df-4438-96c4-03b0a60f5b82-01
Main reason for change : Information updated

10.1 Change

Section identifier : LOT-0001
Notice information
Notice identifier/version : 99208d64-a7df-4438-96c4-03b0a60f5b99 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 18/06/2025 10:21 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00397925-2025
OJ S issue number : 116/2025
Publication date : 19/06/2025