Framework agreement electrician services

Malvik municipality shall enter into a new framework agreement for electrician services and accompanying materials for all of the municipality ́s buildings, sites and infrastructure. The framework agreement covers a broad spectrum of assignments, from ongoing maintenance and emergency repairs to planned service assignments such as internal control and thermographing. …

CPV: 45311000 Lavori di cablaggio e di connessione elettrici, 45311100 Lavori di cablaggio elettrico, 45311200 Lavori di connessione elettrici, 45312100 Lavori di installazione di sistemi d'allarme antincendio, 45314310 Posa di cavi, 45314320 Installazione di cavi per reti computerizzate, 45315000 Lavori di installazione di impianti di riscaldamento e di altri impianti elettrici per edifici, 45315600 Impianti a bassa tensione, 45316100 Installazione di dispositivi di illuminazione esterna, 45317000 Altri lavori di installazione elettrica
Scadenza:
Venerdì 29 Agosto 2025 10:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
Framework agreement electrician services
Ente di assegnazione:
Malvik kommune
Numero di premio:
2025/2243

1. Buyer

1.1 Buyer

Official name : Malvik 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 : Framework agreement electrician services
Description : Malvik municipality shall enter into a new framework agreement for electrician services and accompanying materials for all of the municipality ́s buildings, sites and infrastructure. The framework agreement covers a broad spectrum of assignments, from ongoing maintenance and emergency repairs to planned service assignments such as internal control and thermographing. The contract will also include minor and major installation projects in connection with alterations and renovations, including heavy current and low voltage installations (e.g. lighting, fire alarms, data/fibre).
Procedure identifier : 5ba4fa8c-fe39-4351-8edd-6ede51a77b0c
Internal identifier : 2025/2243
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Malvik municipality (the Contracting Authority) hereby invites tenderers to participate in a competition for a new framework agreement for electrician services. The framework agreement is comprehensive and applies to the execution of all electrical work with the accompanying material for all of the municipality ́s buildings, technical installations and other infrastructure. The aim is to ensure predictable and efficient operation, maintenance and development of the municipality ́s electrical installations. The requested services span from ongoing operations and ongoing maintenance, such as troubleshooting courses and repairs to power sockets and lighting, to systematic and planned maintenance. This involves central assignments such as periodical internal control (electrical control), thermographing of installations and planned upgrades in order to meet modern standards. Furthermore, the agreement will be used for both smaller and larger projects in connection with renovation and alterations, including the installation of complete lighting systems, establishment of a computer and fibre network, as well as the assembly of charging infrastructure for electric vehicles. An important part of the delivery is also quick improvement of acute and critical errors that can lead to danger to life, health or material values. In order to be considered, the tenderer must be able to document solid competence and capacity within the disciplines of heavy current and low voltage installations, including fire alarms and computer networks. In addition expertise is required in the execution of systematic internal control with the accompanying documentation, as well as the ability to assist the municipality with advice and simple engineering design.

2.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services, Supplies
Main classification ( cpv ): 45311000 Electrical wiring and fitting work
Additional classification ( cpv ): 45311100 Electrical wiring work
Additional classification ( cpv ): 45311200 Electrical fitting work
Additional classification ( cpv ): 45312100 Fire-alarm system installation work
Additional classification ( cpv ): 45314310 Installation of cable laying
Additional classification ( cpv ): 45314320 Installation of computer cabling
Additional classification ( cpv ): 45315000 Electrical installation work of heating and other electrical building-equipment
Additional classification ( cpv ): 45315600 Low-voltage installation work
Additional classification ( cpv ): 45316100 Installation of outdoor illumination equipment
Additional classification ( cpv ): 45317000 Other electrical installation work

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone
Maximum value of the framework agreement : 40 000 000 Norwegian krone

2.1.4 General information

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

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 : Framework agreement electrician services
Description : Malvik municipality shall enter into a new framework agreement for electrician services and accompanying materials for all of the municipality ́s buildings, sites and infrastructure. The framework agreement covers a broad spectrum of assignments, from ongoing maintenance and emergency repairs to planned service assignments such as internal control and thermographing. The contract will also include minor and major installation projects in connection with alterations and renovations, including heavy current and low voltage installations (e.g. lighting, fire alarms, data/fibre).
Internal identifier : 2025/2243

5.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services, Supplies
Main classification ( cpv ): 45311000 Electrical wiring and fitting work
Additional classification ( cpv ): 45311100 Electrical wiring work
Additional classification ( cpv ): 45311200 Electrical fitting work
Additional classification ( cpv ): 45312100 Fire-alarm system installation work
Additional classification ( cpv ): 45314310 Installation of cable laying
Additional classification ( cpv ): 45314320 Installation of computer cabling
Additional classification ( cpv ): 45315000 Electrical installation work of heating and other electrical building-equipment
Additional classification ( cpv ): 45315600 Low-voltage installation work
Additional classification ( cpv ): 45316100 Installation of outdoor illumination equipment
Additional classification ( cpv ): 45317000 Other electrical installation work

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 28/09/2025
Duration end date : 28/09/2029

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority shall have a unilateral right to an option. with a contract extension for +1+1 year on verbatim terms. The option for an extension will take effect automatically unless the Contracting Authority informs the tenderer otherwise before the renewal date. The contracting authority can completely or partly terminate the contract with three months notice before the renewal date the Contracting Authority has pursuant to PPR § 28-3 letter a, the right to terminate the contract when the maximum volume is reached and it will not be allowed to make further changes, cf. the Public Procurement Regulations § 28-1. The termination of contract on this basis will not give the right to compensation.

5.1.5 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone
Maximum value of the framework agreement : 40 000 000 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) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenders with the lowest evaluation sum, cf. 1B Tender form price will be given 10 points. Other tenderers are given points from a distance to the cheapest based on the following formula, where "Pe" is the price that is evaluated and "Pb" is the price of the cheapest tender offer.
Criterion :
Type : Quality
Name : Quality
Description : The assessment of the tenders for the quality criteria is based on an overall assessment based on the definitions specified
Criterion :
Type : Quality
Name : Climate and environment
Description : The tenderer, based on their purchasing discretion together, who assesses best on each of the award criteria/sub-criteria, will be given 10 points on the relevant criteria/sub-criteria. Other tenderers will be given points based on the relative distance from the best tender. Several tenderers can be assessed equally and get the same number of points. The assessment of the tenders for the environmental criteria is based on an overall assessment based on the the definitions specified
Description of the method to be used if weighting cannot be expressed by criteria : A point scale with 10 will be used as the maximum for each criteria and sub-criteria for both price and quality. When evaluating the tenders, within each criteria and sub-criteria a point score of 0-10 will be given. The best tender within each criteria and sub-criteria will be awarded ten, whilst a score will be given that reflects relevant differences in the tenders downwards for the other tenders. The lower limit is 0 points. All criteria and sub-criteria will be given a point score before they are multiplied by the given weight in the % and summed up. Normalisation is not used. 2 go-throughs will be used for all calculations during the evaluation process. If, in the contracting authority ́s discretion, none of the tenderers deliver the best price or quality according to what exists in the market or according to the Contracting Authority ́s expectation and wishes, then the best tenderer can get a lower score than 10 for a criterion or sub-criteria.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 15/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/261354120.aspx
Ad hoc communication channel :
Name : Mercell MSS KGV

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 29/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 29/08/2025 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 :
Framework agreement, with 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 : Trøndelag tingrett
Information about review deadlines : The National Appeals Board is the Appeals Board for Public Procurements (KOFA). The contracting authority will set a waiting period from notification if the award decision has been sent and up until the earliest date of contract signing. The length of the waiting period will be stated in the notification of the award of contract and will be minimum 10 days calculated from the day after the notification has been sent. Any petition for a provisional injunction intended to halt the contracting authority's decision to enter into a contract must be presented to the general courts by the end of the waiting period. Deadlines as set in the Appeals Board for Public Procurements Act apply for appeals to KOFA. See KOFA ́s website for further information on handling appeals and the current deadlines.
Organisation receiving requests to participate : Malvik kommune
Organisation processing tenders : Malvik kommune

8. Organisations

8.1 ORG-0001

Official name : Malvik kommune
Registration number : 971035560
Postal address : Torggt. 2
Town : HOMMELVIK
Postcode : 7550
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Vegard Kleiven
Telephone : +47 73972000
Fax : +47 73072001
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Postal address : Postboks 2317 Torggarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Trøndelag tingrett
Telephone : 73542400
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 85caa96e-b80c-4a8c-bc9a-e6da5698acc2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/07/2025 13:48 +00:00
Notice dispatch date (eSender) : 08/07/2025 13:57 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00448820-2025
OJ S issue number : 130/2025
Publication date : 10/07/2025