Prequalification Contract 4041 Electro VDS and TS - New Aker

The objective of the procurement is to engage a supplier who will be responsible for the services that shall be provided in contract 4041 Electro VDS and TS. The main elements of the assignment for the Contract Electro VDS/TS are a technical turnkey contract that includes general planning, engineering design …

CPV: 45310000 Electrical installation work, 45312311 Lightning-conductor installation work, 45315100 Electrical engineering installation works, 45315600 Low-voltage installation work, 71323100 Electrical power systems design services
áit fhorghníomhaithe:
Prequalification Contract 4041 Electro VDS and TS - New Aker
clárlann:
Helse Sør-Øst RHF
uimhir dámhachtana:
NSA-4041-25-0001

1. Buyer

1.1 Buyer

Official name : Helse Sør-Øst RHF
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Health

1.1 Buyer

Official name : Helse Sør-Øst RHF
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Prequalification Contract 4041 Electro VDS and TS - New Aker
Description : The objective of the procurement is to engage a supplier who will be responsible for the services that shall be provided in contract 4041 Electro VDS and TS. The main elements of the assignment for the Contract Electro VDS/TS are a technical turnkey contract that includes general planning, engineering design and design, testing, commissioning and documentation of a complete and functional electrical system in VDS/TS. The delivery also includes the delivery of electrical installations in culvert and parking houses.
Procedure identifier : 16177e48-d22c-4c03-aaef-da462c116d4e
Internal identifier : NSA-4041-25-0001
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 : The objective of the procurement is to engage a supplier who will be responsible for the services that shall be provided in contract 4041 Electro VDS and TS. The main elements of the assignment for the Contract Electro VDS/TS are a technical turnkey contract that includes general planning, engineering design and design, testing, commissioning and documentation of a complete and functional electrical system in VDS/TS. The delivery also includes the delivery of electrical installations in culvert and parking houses.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45312311 Lightning-conductor installation work
Additional classification ( cpv ): 45315100 Electrical engineering installation works
Additional classification ( cpv ): 45315600 Low-voltage installation work
Additional classification ( cpv ): 71323100 Electrical power systems design services

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act. procurements of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) dated 12 August 2016 no. 974 parts I and part III. The contract will be awarded in accordance with the negotiated procedure after the prior notice, cf. § 13-1(2) and § 13-2 letter c.

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 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?
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 : Prequalification Contract 4041 Electro VDS and TS - New Aker
Description : The objective of the procurement is to engage a supplier who will be responsible for the services that shall be provided in contract 4041 Electro VDS and TS. The main elements of the assignment for the Contract Electro VDS/TS are a technical turnkey contract that includes general planning, engineering design and design, testing, commissioning and documentation of a complete and functional electrical system in VDS/TS. The delivery also includes the delivery of electrical installations in culvert and parking houses.
Internal identifier : NSA-4041-25-0001

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45312311 Lightning-conductor installation work
Additional classification ( cpv ): 45315100 Electrical engineering installation works
Additional classification ( cpv ): 45315600 Low-voltage installation work
Additional classification ( cpv ): 71323100 Electrical power systems design services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 17/12/2025
Duration end date : 01/07/2031

5.1.6 General information

This is a recurrent procurement
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 : Financial ratio
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contractual obligations. The contracting authority will undertake an overall assessment of whether the qualification requirement is fulfilled. Documentation requirement: A credit rating based on the most recent available accounting figures. The credit rating must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition. The rating shall be carried out by a credit rating company with licence to conduct this service. The tenderer shall submit annual accounts for the last 3 years. The contracting authority reserves the right to obtain a credit report in order to verify that the tenderer fulfils the requirement. If the tenderer has a justifiable reason for not submitting the documentation that the Builder has required, he can document his economic and financial capacity by presenting any other document that the Builder deems suitable.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
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 shall have their tax and VAT payments in order. Documentation requirement: Tax and VAT certificate, not older than 6 months calculated from the deadline for submitting a request for participation in Competition. Tenderers with offices in other EEA countries shall present certificates or other legal documentation in accordance with EEA regulations on public procurements. Other international tenderers shall submit equivalent documentation.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : References on specified works
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration. Minimum qualification requirements Tenderers shall have sufficient relevant experience. Documentation requirement: A report of relevant reference projects in the last 8 years. The following account shall be included in the description of each reference project that the tenderer would like to plead: • The tenderer ́s role (main or sub-contractor) • The central work assignments in the contract • The size of the contract, measured in NOK • The contract period • Experience from hospital projects or equivalent. A description of each reference project shall be enclosed in a separate form, cf. 11.2. The builder will undertake a total assessment of the submitted reference project from the tenderer and from any sub-suppliers that the tenderer has relied on, cf. 5.3.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements The tenderer shall have a suitable and implemented quality assurance system. Documentation requirement: General account of the tenderer's quality system as well as a copy of table of contents. The account shall be on approx. two sides. If the tenderer is certified in accordance with ISO 9001 or equivalent certification schemes, will be sufficient to satisfy the Requirement.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Tenderers shall have a suitable and implemented system for environmental management. Documentation requirement: General account of the tenderer's quality system as well as a copy of table of contents. The account shall be on approx. two sides. If a tenderer is certified in accordance with ISO 9001 or equivalent certification schemes, it will be sufficient to fulfil the Requirement
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
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 : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/258813681.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
Variants : Not allowed
Deadline for receipt of requests to participate : 06/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
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

Mediation organisation : Oslo Tingrett -
Review organisation : Oslo Tingrett -
Information about review deadlines : See the tender documentation
Organisation providing more information on the review procedures : Helse Sør-Øst RHF -

8. Organisations

8.1 ORG-0001

Official name : Helse Sør-Øst RHF
Registration number : 991324968
Postal address : Holtermanns veg 3
Town : Hamar
Postcode : 7030
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Jan Rune Martinsen
Telephone : 48026280
Roles of this organisation :
Buyer
Group leader
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation
Mediation organisation

8.1 ORG-0003

Official name : Helse Sør-Øst RHF
Registration number : 814630722
Postal address : Holtermanns veg 3
Town : TRONDHEIM
Postcode : 7030
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Jan Rune Martinsen
Telephone : 48026280
Roles of this organisation :
Buyer
Notice information
Notice identifier/version : 064137b0-5888-419d-a749-b6d99c4dadd0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/06/2025 09:07 +00:00
Notice dispatch date (eSender) : 05/06/2025 09:26 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00367194-2025
OJ S issue number : 108/2025
Publication date : 06/06/2025