Replacement of LED lighting at Hallingby School, Ringerike Municipality.

Ringerike municipality invites tenderers to a competition for the replacement of existing lighting fixtures to energy efficient LED fixtures that provide better energy efficiency and reduced maintenance costs. The replacement shall take place at Hallingby school. Ringerike municipality invites tenderers to a competition for the replacement of existing lighting fixtures …

CPV: 31000000 Elektrimasinad, -aparaadid, -seadmed ja -tarvikud; valgustus, 31500000 Valgustusseadmed ja elektrilambid, 31520000 Lambid ja valgustid, 31524000 Lae- või seinavalgustid, 31700000 Elektroonilised, elektromehaanilised ja elektrotehnilised tarvikud, 31710000 Elektroonikaseadmed, 45000000 Ehitustööd, 45300000 Hoone installatsioonitööd, 45310000 Elektripaigaldustööd
Tähtaeg:
juuli 29, 2025, 10 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
Replacement of LED lighting at Hallingby School, Ringerike Municipality.
Auhindade andmise asutus:
Ringerike Kommune
Auhinna number:
2025/22504

1. Buyer

1.1 Buyer

Official name : Ringerike 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 : Replacement of LED lighting at Hallingby School, Ringerike Municipality.
Description : Ringerike municipality invites tenderers to a competition for the replacement of existing lighting fixtures to energy efficient LED fixtures that provide better energy efficiency and reduced maintenance costs. The replacement shall take place at Hallingby school.
Procedure identifier : f197c8da-5883-47e7-a10c-c0edc6ddf0aa
Internal identifier : 2025/22504
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Tenders shall be submitted for a complete turnkey contract for disassembly of existing light fixtures as well as the delivery and assembly of new LED light fixtures including all necessary auxiliary works, all construction work such as paint/flicks, repairs of ceilings etc. at Hallingby school. The delivery amounts in this notice can be limited if investment sums go beyond budget. The execution of the contract shall occur in autumn 2025.The contract terms for the contract are NS 8407.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31520000 Lamps and light fittings
Additional classification ( cpv ): 31524000 Ceiling or wall light fittings
Additional classification ( cpv ): 31700000 Electronic, electromechanical and electrotechnical supplies
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45310000 Electrical installation work

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Ringerike municipality invites tenderers to a competition for the replacement of existing lighting fixtures to energy efficient LED fixtures that provide better energy efficiency and reduced maintenance costs. The replacement shall take place at Hallingby school. The delivery amounts in this notice can be limited if investment sums go beyond budget.

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 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 : Replacement of LED lighting at Hallingby School, Ringerike Municipality.
Description : Ringerike municipality invites tenderers to a competition for the replacement of existing lighting fixtures to energy efficient LED fixtures that provide better energy efficiency and reduced maintenance costs. The replacement shall take place at Hallingby school.
Internal identifier : 2025/22504

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31520000 Lamps and light fittings
Additional classification ( cpv ): 31524000 Ceiling or wall light fittings
Additional classification ( cpv ): 31700000 Electronic, electromechanical and electrotechnical supplies
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45310000 Electrical installation work

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 17/08/2025
Duration end date : 19/12/2025

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 : Legally registered company Qualification requirement: Tenderers shall be a legally registered company, registered in a company register or commerce register in the country where the tenderer is established. Documentation requirement: Norwegian tenderers: Company Registration Certificate. Foreign tenderers: 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 : Tax Certificate Qualification requirement: Tenderers shall have their tax, employer contributions and VAT payments in order. Documentation requirement: Tax certificate. The certificate must not be more than six months old. In the event of arrears, an approved repayment plan must also be enclosed from the Norwegian Tax Administration.
Criterion : Financial ratio
Description : Credit rating Qualification requirement: Tenderers shall have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness at least A with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : References on specified works
Description : Reference projects Qualification requirement: Tenderers are required to have carried out at least three equivalent assignments in a satisfactory manner and have an organisation that is equipped to fulfil the contract. Documentation requirement: The company ́s 3 most important deliveries of equivalent replacement of lighting in the last 5 years, including their values, dates and contact persons.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Authorisation Qualification requirement: Tenderers shall have certifications that are necessary to carry out the work. Documentation requirement: Confirmation that the contractor is certified/certified for the work included in the tender.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Environmental management system Qualification requirement: Tenderers shall have an environmental management system: ISO 14001, Miljøfyrtårn, EMAS or equivalent third party verified certification. This shall be documented by a certificate.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 04/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257222941.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
Deadline for receipt of tenders : 29/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 29/07/2025 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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Ringerike og Hallingdal tingrett -
Information about review deadlines : The waiting period is minimum 10 days after notification to the tenderer.
Organisation providing more information on the review procedures : Ringerike og Hallingdal tingrett -

8. Organisations

8.1 ORG-0001

Official name : Ringerike Kommune
Registration number : 940100925
Postal address : Osloveien 1 Rådhuset
Town : HØNEFOSS
Postcode : 3511
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Sirita Formo Aaby
Telephone : +47 32117400
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Ringerike og Hallingdal tingrett
Registration number : 935365147
Town : Hønefoss
Postcode : 3502
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : b6444612-3204-4c5a-b937-bed13e3e3544 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/06/2025 12:21 +00:00
Notice dispatch date (eSender) : 12/06/2025 12:31 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00384209-2025
OJ S issue number : 112/2025
Publication date : 13/06/2025