Framework agreement for electrical installations and materials.

Sunnhordland Innkjøpsforum, is holding the tender competition on behalf of the municipalities: Stord, Bømlo, Kvinnherad, Fitjar, Sunnhordland intermunicipal emergency doctor surgery IKS and Stord Vatn and Avløp AS. The municipalities intend to enter into a framework agreement for the provision of electrical services - heavy and low current and material, …

CPV: 51110000 Servizi di installazione di attrezzature elettriche, 31710000 Apparecchiatura elettronica, 31711000 Materiale elettronico, 50711000 Servizi di riparazione e manutenzione di impianti elettrici di edifici, 71314100 Servizi elettrici
Scadenza:
Venerdì 06 Giugno 2025 14:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
Framework agreement for electrical installations and materials.
Ente di assegnazione:
Sunnhordland Innkjøpsforum v/ Stord kommune
Numero di premio:
2024/5694

1. Buyer

1.1 Buyer

Official name : Sunnhordland Innkjøpsforum v/ Stord 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 : Bømlo 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 : Fitjar 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 : Kvinnherad 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 : Stord vatn og avløp AS
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Sunnhordland Interkommunale legevakt IKS
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for electrical installations and materials.
Description : Sunnhordland Innkjøpsforum, is holding the tender competition on behalf of the municipalities: Stord, Bømlo, Kvinnherad, Fitjar, Sunnhordland intermunicipal emergency doctor surgery IKS and Stord Vatn and Avløp AS. The municipalities intend to enter into a framework agreement for the provision of electrical services - heavy and low current and material, including a 24 hour duty scheme for stand-by. The operator employed by the contracting authority must be able to extract equipment/goods through the tenderer's wholesale contract. The agreement does not include fire alarm systems and emergency lights as well as annual inspections of fire installations/sprinklers. The description of the delivery is in the requirement specification and price form.
Procedure identifier : f459d26b-8018-4354-91fd-55aac154a0dc
Internal identifier : 2024/5694
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 51110000 Installation services of electrical equipment
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31711000 Electronic supplies
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 71314100 Electrical services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Stord municipality
Description : Sunnhordland Innkjøpsforum, is holding the tender competition on behalf of the municipalities: Stord, Bømlo, Kvinnherad, Fitjar, Sunnhordland intermunicipal emergency doctor surgery IKS and Stord Vatn and Avløp AS. The municipalities intend to enter into a framework agreement for the provision of electrical services - heavy and low current and material, including a 24 hour duty scheme for stand-by. The operator employed by the contracting authority must be able to extract equipment/goods through the tenderer's wholesale contract. The agreement does not include fire alarm systems and emergency lights as well as annual inspections of fire installations/sprinklers. The description of the delivery is in the requirement specification and price form.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 51110000 Installation services of electrical equipment
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31711000 Electronic supplies
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 71314100 Electrical services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 14 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Norwegian tenderers must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT).
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have experience from comparable contracts.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall be registered in the Electrical Company Register for the Norwegian Directorate for Civil Protection (DSB) for the following types of facilities and equipment and work assignments.
Description : Types of sites and equipment: • Building - low voltage installations • Industry - low voltage installations • Supply installations - low voltage Tasks: • Engineering design of electrical installations. • Construction and maintenance of electrical installations of others. • Inspection of other people ́s electrical installations.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall be certified for installation and maintenance of ecom networks in category ENA of the National Communications Authority, in accordance with the authorisation regulations.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have the necessary workforce and the capacity to fulfil the contract.
Use of this criterion : Used

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 tenders : 06/06/2025 14:00 +00:00
Information about public opening :
Opening date : 06/06/2025 14:00 +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, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Haugaland og Sunnhordland tingrett

5.1 Lot technical ID : LOT-0002

Title : Bømlo Municipality
Description : Sunnhordland Innkjøpsforum, is holding the tender competition on behalf of the municipalities: Stord, Bømlo, Kvinnherad, Fitjar, Sunnhordland intermunicipal emergency doctor surgery IKS and Stord Vatn and Avløp AS. The municipalities intend to enter into a framework agreement for the provision of electrical services - heavy and low current and material, including a 24 hour duty scheme for stand-by. The operator employed by the contracting authority must be able to extract equipment/goods through the tenderer's wholesale contract. The agreement does not include fire alarm systems and emergency lights as well as annual inspections of fire installations/sprinklers. The description of the delivery is in the requirement specification and price form.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 51110000 Installation services of electrical equipment
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31711000 Electronic supplies
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 71314100 Electrical services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 8 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Norwegian tenderers must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT).
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have experience from comparable contracts.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall be registered in the Electrical Company Register for the Norwegian Directorate for Civil Protection (DSB) for the following types of facilities and equipment and work assignments.
Description : Types of sites and equipment: • Building - low voltage installations • Industry - low voltage installations • Supply installations - low voltage Tasks: • Engineering design of electrical installations. • Construction and maintenance of electrical installations of others. • Inspection of other people ́s electrical installations.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall be certified for installation and maintenance of ecom networks in category ENA of the National Communications Authority, in accordance with the authorisation regulations.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have the necessary workforce and the capacity to fulfil the contract.
Use of this criterion : Used

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 tenders : 06/06/2025 14:00 +00:00
Information about public opening :
Opening date : 06/06/2025 14:00 +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, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Haugaland og Sunnhordland tingrett

5.1 Lot technical ID : LOT-0003

Title : Kvinnherad municipality
Description : Sunnhordland Innkjøpsforum, is holding the tender competition on behalf of the municipalities: Stord, Bømlo, Kvinnherad, Fitjar, Sunnhordland intermunicipal emergency doctor surgery IKS and Stord Vatn and Avløp AS. The municipalities intend to enter into a framework agreement for the provision of electrical services - heavy and low current and material, including a 24 hour duty scheme for stand-by. The operator employed by the contracting authority must be able to extract equipment/goods through the tenderer's wholesale contract. The agreement does not include fire alarm systems and emergency lights as well as annual inspections of fire installations/sprinklers. The description of the delivery is in the requirement specification and price form.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 51110000 Installation services of electrical equipment
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31711000 Electronic supplies
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 71314100 Electrical services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 33 200 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Norwegian tenderers must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT).
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have experience from comparable contracts.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall be registered in the Electrical Company Register for the Norwegian Directorate for Civil Protection (DSB) for the following types of facilities and equipment and work assignments.
Description : Types of sites and equipment: • Building - low voltage installations • Industry - low voltage installations • Supply installations - low voltage Tasks: • Engineering design of electrical installations. • Construction and maintenance of electrical installations of others. • Inspection of other people ́s electrical installations.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall be certified for installation and maintenance of ecom networks in category ENA of the National Communications Authority, in accordance with the authorisation regulations.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have the necessary workforce and the capacity to fulfil the contract.
Use of this criterion : Used

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 tenders : 06/06/2025 14:00 +00:00
Information about public opening :
Opening date : 06/06/2025 14:00 +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, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Haugaland og Sunnhordland tingrett

5.1 Lot technical ID : LOT-0004

Title : Fitjar Municipality
Description : Sunnhordland Innkjøpsforum, is holding the tender competition on behalf of the municipalities: Stord, Bømlo, Kvinnherad, Fitjar, Sunnhordland intermunicipal emergency doctor surgery IKS and Stord Vatn and Avløp AS. The municipalities intend to enter into a framework agreement for the provision of electrical services - heavy and low current and material, including a 24 hour duty scheme for stand-by. The operator employed by the contracting authority must be able to extract equipment/goods through the tenderer's wholesale contract. The agreement does not include fire alarm systems and emergency lights as well as annual inspections of fire installations/sprinklers. The description of the delivery is in the requirement specification and price form.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 51110000 Installation services of electrical equipment
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31711000 Electronic supplies
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 71314100 Electrical services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 17 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Norwegian tenderers must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT).
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have experience from comparable contracts.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall be registered in the Electrical Company Register for the Norwegian Directorate for Civil Protection (DSB) for the following types of facilities and equipment and work assignments.
Description : Types of sites and equipment: • Building - low voltage installations • Industry - low voltage installations • Supply installations - low voltage Tasks: • Engineering design of electrical installations. • Construction and maintenance of electrical installations of others. • Inspection of other people ́s electrical installations.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall be certified for installation and maintenance of ecom networks in category ENA of the National Communications Authority, in accordance with the authorisation regulations.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have the necessary workforce and the capacity to fulfil the contract.
Use of this criterion : Used

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 tenders : 06/06/2025 14:00 +00:00
Information about public opening :
Opening date : 06/06/2025 14:00 +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, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Haugaland og Sunnhordland tingrett

8. Organisations

8.1 ORG-0001

Official name : Sunnhordland Innkjøpsforum v/ Stord kommune
Registration number : 939866914
Postal address : Postboks 304
Town : Stord
Postcode : 5402
Country : Norway
Contact point : Emma Casey
Telephone : +47 48867538
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Bømlo kommune
Registration number : 834 210 622
Town : Bremnes
Country : Norway
Telephone : 53 42 30 00
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Fitjar kommune
Registration number : 944 073 310
Town : Fitjar
Country : Norway
Telephone : 534 58 500
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Kvinnherad kommune
Registration number : 964967636
Town : Kvinnherad
Country : Norway
Telephone : 53 48 31 00
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Haugaland og Sunnhordland tingrett
Registration number : 926 723 405
Town : Leirvik
Country : Norway
Telephone : 52 70 14 00
Roles of this organisation :
Review organisation

8.1 ORG-0006

Official name : Stord vatn og avløp AS
Registration number : 934602900
Town : Heiane
Country : Norway
Telephone : 91695330
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Sunnhordland Interkommunale legevakt IKS
Registration number : 812 998 552
Town : Stord
Country : Norway
Telephone : 53233053
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 28541617-3571-44dd-a487-a18cb08376d0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/04/2025 09:37 +00:00
Notice dispatch date (eSender) : 28/04/2025 10:12 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00275689-2025
OJ S issue number : 83/2025
Publication date : 29/04/2025