Charging stations for chargeable motor vehicles and a back system.

The Contracting Authority needs the establishment and operation of a charging system for chargeable motor vehicles. The system shall include normal, quick and lightning chargers for chargeable motor vehicles that the tenderer establishes at different locations and the back system for the charging posts. The contracting authority ́s existing chargers …

CPV: 31681500 Laturit, 31158000 Lataajat, 31158100 Akunlatauslaitteet, 31158300 Turbolaturi, 31682000 Sähkövarusteet, 45231400 Sähkölinjojen rakennustyöt, 45310000 Sähköjohtojen asennus ja muut sähköasennustyöt, 45315300 Sähkönjakelulaitteiden asennustyöt, 45317000 Muut sähköasennukset, 48000000 Ohjelmatuotteet ja tietojärjestelmät, 50532000 Sähkökoneiden ja -laitteiden korjaus ja huolto, 65320000 Sähkölaitosten käyttö, 72260000 Ohjelmistoihin liittyvät palvelut, 72267000 Ohjelmistojen ylläpito- ja korjauspalvelut
Teloituspaikka:
Charging stations for chargeable motor vehicles and a back system.
Myöntävä elin:
Trondheim kommune
Myöntämisnumero:
2023/21698

1. Buyer

1.1 Buyer

Official name : Trondheim kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Bakklandet Menighets Omsorgsenter
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

1.1 Buyer

Official name : Trondhjems Hospital
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

1.1 Buyer

Official name : Kystad helse- og velferdssenter
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Charging stations for chargeable motor vehicles and a back system.
Description : The Contracting Authority needs the establishment and operation of a charging system for chargeable motor vehicles. The system shall include normal, quick and lightning chargers for chargeable motor vehicles that the tenderer establishes at different locations and the back system for the charging posts. The contracting authority ́s existing chargers shall also be connected to the back system and operated via the contract. Considering that the framework agreement for the establishment (SSA-R) and the procurement agreement on the back system and the operation/maintenance of established chargers have different lengths, it may also be necessary to connect chargers established by another supplier to the back system. The contract is for the following: Framework agreement (SSA-R and SSA-K) for the establishment of charging stations at new locations. This includes i.a.: Engineering design services and project management Procurement, installation and connection of equipment, including excavation, facilitating electricity, cabling, foundations etc. Test and approval of the connected equipment against the back system Procurement Contract (SSA-L) on the back system, operation, monitoring and support of connected chargers, including the interaction between the chargers and the back system, and supplementary procurement of equipment. Option for the purchase of charging chips.  See the requirement description in Annex 1 - the Contracting Authority ́s requirement specifications. Also refer to the contract and annex documents for further details, as well as information added directly to the Mercell portal, including the award criteria.
Procedure identifier : 0ea6e48d-64ce-41f6-99b3-ecb58cc6a40d
Previous notice : b24079c5-f38d-4089-93fb-c1c56fefaeb0-01
Internal identifier : 2023/21698
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : See the requirement description in Annex 1 - the Contracting Authority ́s requirement specifications. Also refer to the contract and annex documents for further details, as well as information added directly to the Mercell portal, including the award criteria.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services, Works
Main classification ( cpv ): 31681500 Rechargers
Additional classification ( cpv ): 31158000 Chargers
Additional classification ( cpv ): 31158100 Battery chargers
Additional classification ( cpv ): 31158300 Turbocharger
Additional classification ( cpv ): 31682000 Electricity supplies
Additional classification ( cpv ): 45231400 Construction work for electricity power lines
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45315300 Electricity supply installations
Additional classification ( cpv ): 45317000 Other electrical installation work
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 65320000 Operation of electrical installations
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72267000 Software maintenance and repair services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement Regulations

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Charging stations for chargeable motor vehicles and a back system.
Description : The Contracting Authority needs the establishment and operation of a charging system for chargeable motor vehicles. The system shall include normal, quick and lightning chargers for chargeable motor vehicles that the tenderer establishes at different locations and the back system for the charging posts. The contracting authority ́s existing chargers shall also be connected to the back system and operated via the contract. Considering that the framework agreement for the establishment (SSA-R) and the procurement agreement on the back system and the operation/maintenance of established chargers have different lengths, it may also be necessary to connect chargers established by another supplier to the back system. The contract is for the following: Framework agreement (SSA-R and SSA-K) for the establishment of charging stations at new locations. This includes i.a.: Engineering design services and project management Procurement, installation and connection of equipment, including excavation, facilitating electricity, cabling, foundations etc. Test and approval of the connected equipment against the back system Procurement Contract (SSA-L) on the back system, operation, monitoring and support of connected chargers, including the interaction between the chargers and the back system, and supplementary procurement of equipment. Option for the purchase of charging chips.  See the requirement description in Annex 1 - the Contracting Authority ́s requirement specifications. Also refer to the contract and annex documents for further details, as well as information added directly to the Mercell portal, including the award criteria.
Internal identifier : 2023/21698

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services, Works
Main classification ( cpv ): 31681500 Rechargers
Additional classification ( cpv ): 31158000 Chargers
Additional classification ( cpv ): 31158100 Battery chargers
Additional classification ( cpv ): 31158300 Turbocharger
Additional classification ( cpv ): 31682000 Electricity supplies
Additional classification ( cpv ): 45231400 Construction work for electricity power lines
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45315300 Electricity supply installations
Additional classification ( cpv ): 45317000 Other electrical installation work
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 65320000 Operation of electrical installations
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72267000 Software maintenance and repair services
Options :
Description of the options : Option for the purchase of charging chips.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 8
Other information about renewals : The contract will be valid for 2 years, with an option for the Contracting Authority to extend the contract for up to a further 6 years, the total maximum length is 8 years. The contracting authority can choose to extend the contract for several stages, for example, for 0.5 years at a time. Notification of extension shall be given in writing at the latest 3 (three) months before the framework agreement expires. Triggering the extension in Mercell is sufficient written notification. If the contract ́s maximum value is reached before the above, the Customer can terminate the contract when the contract ́s maximum value has been reached. The contract ́s maximum value is stated in the tender documentation. The Contracting Authority can terminate the framework agreement with 3 (three) months written notification, if available. justifiable reason. The termination does not affect the awarded contracts (call-offs).

5.1.5 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall state prices in annex 3 - Price form, sheet 2 - Priscase SSA-R and sheet 3 - Priscase SSA-L. See the price settlements in annex 5 in SSA-R, annex 6 in SSA-K and Annex 7 in SSA-L. The prices shall be stated in NOK excluding VAT. The tender price in sheet 1 Tender Price to Mercell is entered in this criteria in Mercellportalen and it will be used for evaluation in the price criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Cost
Name : Mark-up - Products with mark-up (SSA-R)
Description : Tenderers shall, in annex 3 - Price Form, sheet 1 - Tender price to Mercell, state the mark-up on the procurement price for products with mark-up (products the Contracting Authority chooses to purchase, cf. annex 7 in SSA-R).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 4
Criterion :
Type : Cost
Name : Mark-up - Spare parts and components
Description : Tenderers shall, in annex 3 - Price form, sheet 1 - Price case, state mark-up on the procurement price for spare parts and components, cf. annex 6 in SSA-L.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 6
Criterion :
Type : Quality
Name : Quality
Description : Fulfilment of evaluation requirement: Tenderers shall fill in Annex 2 - The tenderer ́s response to the requirement specification. Weighted 40 % User friendliness back system: Tenderers shall set up a test environment/trial access to the back system. The test environment shall be representative of the offered system. Tenderers shall state in what way the test environment may be different from the offered system. The contracting authority will assess the perceived user friendliness in the system and for any functions in accordance with the requirements in the requirement specifications, which are useful for the Contracting Authority. Weighted 20 % Plan for implementation of a back system (SSA-L): Tenderers shall make a provisional plan for implementation. The milestone plan in annex 13 shall be used. The plan is a starting point and deviation from this can be agreed to. Growth rate 10 % Service level contract (SSA-L): Tenderers shall state a Service level contract for the contract ́s systems and services. The service level agreement shall as a minimum contain information on: offered running time (if the offered running time is more than the minimum requirement). contact information and running time for the service desk. escalation based on impact standardised compensations. Weighted 20 % Development: Tenderers shall state how the Tenderer will work to develop the system, both to contribute to innovation and new functionality and new systems for both the charging poles and the back system. Tenderers shall enclose their road map for which concrete developments are planned for the next 2 years. Weighted 10 % Evaluation requirement: A score will be given on each evaluation requirement on the following scale: 0 - Not answered or does not meet the need/function 1 - Very low need satisfaction 2 - Low demand satisfaction 3 - Moderately good needs satisfaction 4 - In accordance with the desired quality/ functionality 5 - Very good needs satisfaction In cases where the contracting authority assesses that the response is between 2 levels, the score between them can be used. The score of each evaluation requirement will be multiplied by an internal weighting on any subpoints and summed to a total sum. Evaluation of other elements: The contracting authority will make a judgemental overall assessment of the response and give the response a score of the response based on the scale stated on the oughts requirements. Score on the criterion The contracting authority will multiply the score for each of the other elements with the weighting of the factor and sum up these to a total score for the criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Assignment comprehension
Description : Tenderers shall submit the following: Plan for the project for the establishment of charging stations (SSA-R/SSA-K). The plan shall be filled in for an intended establishment project for the establishment of 1 Lynlader 150kW two call-offs. The plan should be template for a later establishment project. Name of gender neutral preferred at customers who have previously submitted similar establishment projects. If this is stated in the reply to the qualification requirement of experience, this is sufficient. The contracting authority reserves the right to obtain references from previous establishment projects. The contracting authority will make a judgemental assessment of the responses. Tenderers who show the best understanding of the assignment will get a maximum score.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett
Information about review deadlines : Nobody.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Trøndelag tingrett
Organisation providing additional information about the procurement procedure : Trondheim kommune
Organisation providing offline access to the procurement documents : Trondheim kommune
Organisation signing the contract : Trondheim kommune

6. Results

Maximum value of the framework agreements in this notice : 32 000 000 Norwegian krone
Approximate value of the framework agreements : 32 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 60 000 000 Norwegian krone
Re-estimated value of the framework agreement : 32 000 000 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : Traftec AS
Tender :
Tender identifier : Ladestasjoner for ladbar motorvogn og baksystem
Identifier of lot or group of lots : LOT-0000
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : Ladestasjoner for ladbar motorvogn og baksystem
Title : Charging stations for chargeable motor vehicles and a back system.
Date on which the winner was chosen : 06/10/2025
Date of the conclusion of the contract : 24/10/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Trondheim kommune

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : Trondheim kommune
Registration number : 942110464
Postal address : Erling Skakkes gate 14
Town : TRONDHEIM
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Kåre Sagmo-Søvde
Telephone : +47 72540000
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73542400
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

8.1 ORG-0003

Official name : Bakklandet Menighets Omsorgsenter
Registration number : 970161414
Town : TRONDHEIM
Postcode : 7015
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72544500
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Trondhjems Hospital
Registration number : 938658374
Town : TRONDHEIM
Postcode : 7015
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72544200
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Kystad helse- og velferdssenter
Registration number : 875383922
Town : TRONDHEIM
Postcode : 7015
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72545520
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Traftec AS
Size of the economic operator : Medium
Registration number : 897603632
Postal address : Bjørumsvegen 27
Town : FROLAND
Postcode : 4820
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Traftec AS
Telephone : 47474047
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000
The winner is listed on a regulated market

Notice information

Notice identifier/version : c83bb2e3-b336-49ff-b2bf-675d61fd9e50 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 24/10/2025 07:44 +00:00
Notice dispatch date (eSender) : 24/10/2025 07:58 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00707632-2025
OJ S issue number : 206/2025
Publication date : 27/10/2025