Purchase of a Cable management system (CMS)

The Port of Oslo (HAV) has been granted support from Enova for an on-shore power system for cruise ships at Filipstad. The facility must meet the requirements in the grant letter from Enova. This includes i.a. the requirements in NEK IEC/IEEE 80005-1. The land power system shall supply cruise ships …

CPV: 30237280 Power supply accessories, 31000000 Electrical machinery, apparatus, equipment and consumables; lighting, 31160000 Parts of electric motors, generators and transformers, 31300000 Insulated wire and cable, 31682000 Electricity supplies, 45315300 Electricity supply installations
Place of execution:
Purchase of a Cable management system (CMS)
Awarding body:
Oslo kommune v/ Oslo Havn KF
Award number:
21HAV25

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Oslo Havn KF
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 : Port-related activities

2. Procedure

2.1 Procedure

Title : Purchase of a Cable management system (CMS)
Description : The Port of Oslo (HAV) has been granted support from Enova for an on-shore power system for cruise ships at Filipstad. The facility must meet the requirements in the grant letter from Enova. This includes i.a. the requirements in NEK IEC/IEEE 80005-1. The land power system shall supply cruise ships and be dimensioned for 16 VAT/11 kV 50/60 Hz and 10 VAT/6.6 kV 50/60 Hz at the connection points of cruise ships. There shall be two outlet cabinets. This delivery includes a cable management system (CMS, Cable Management System) for the installation.
Procedure identifier : 96a2713f-619c-412a-b078-21173e661cc4
Internal identifier : 21HAV25
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 ): 31682000 Electricity supplies
Additional classification ( cpv ): 30237280 Power supply accessories
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31160000 Parts of electric motors, generators and transformers
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 45315300 Electricity supply installations

2.1.2 Place of performance

Postal address : Filipstadveien
Town : Oslo
Postcode : 0250
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 7 500 000 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
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 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 : Purchase of a Cable management system (CMS)
Description : The Port of Oslo (HAV) has been granted support from Enova for an on-shore power system for cruise ships at Filipstad. The facility must meet the requirements in the grant letter from Enova. This includes i.a. the requirements in NEK IEC/IEEE 80005-1. The land power system shall supply cruise ships and be dimensioned for 16 VAT/11 kV 50/60 Hz and 10 VAT/6.6 kV 50/60 Hz at the connection points of cruise ships. There shall be two outlet cabinets. This delivery includes a cable management system (CMS, Cable Management System) for the installation.
Internal identifier : 21HAV25

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31682000 Electricity supplies
Additional classification ( cpv ): 30237280 Power supply accessories
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31160000 Parts of electric motors, generators and transformers
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 45315300 Electricity supply installations

5.1.2 Place of performance

Postal address : Filipstadveien
Town : Oslo
Postcode : 0250
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 7 500 000 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 : Measures for ensuring quality
Description : Quality assurance system
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified deliveries
Description : Relevant and comparable experience
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Enrolment in a relevant professional register
Description : Registration
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Economic and financial capacity
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Security of supply
Description : Capacity and implementation ability
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Environmental management measures
Description : Environmental diligent system
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Environmental management measures
Description : Due diligence assessments
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Tax Certificate
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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
Maximum number of candidates to be invited for the second stage of the procedure : 999
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

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
Deadline for receipt of requests to participate : 12/08/2025 21:59 +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 the contract terms
Financial arrangement : See the contract terms

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 : Oslo Tingrett -
Information about review deadlines : The waiting period is ten days.
Organisation providing additional information about the procurement procedure : Oslo kommune v/ Oslo Havn KF -
Organisation providing more information on the review procedures : Oslo kommune v/ Oslo Havn KF -

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Oslo Havn KF
Registration number : 987 592 567
Postal address : Akershusstranda 19, Skur 38
Town : Postboks 230 Sentrum, 0103 Oslo
Postcode : 0150
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Petter Ihlebæk
Telephone : +47 00000000
Internet address : https://www.oslohavn.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 : Oslo Tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 05e22551-f75f-4232-9c28-320874baa4f7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/06/2025 06:43 +00:00
Notice dispatch date (eSender) : 20/06/2025 13:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00405699-2025
OJ S issue number : 119/2025
Publication date : 25/06/2025