Framework agreement for the provision of electrical services and electrical materials.

Randaberg municipality, hereafter called the Contracting Authority, invites tenderers to a competition for a new framework agreement for the provision of electrical services and electrical material for the contract period 2025 – 2027 (2029). Randaberg municipality, hereafter called the Contracting Authority, invites tenderers to a competition for a new framework …

CPV: 50711000 Servizi di riparazione e manutenzione di impianti elettrici di edifici, 31000000 Macchine e apparecchi, attrezzature e articoli di consumo elettrici; illuminazione, 45310000 Lavori di installazione di cablaggi, 45311000 Lavori di cablaggio e di connessione elettrici, 45315100 Lavori di installazione di ingegneria elettrica, 45317000 Altri lavori di installazione elettrica, 51110000 Servizi di installazione di attrezzature elettriche
Scadenza:
Giovedì 09 Ottobre 2025 10:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
Framework agreement for the provision of electrical services and electrical materials.
Ente di assegnazione:
Randaberg kommune
Numero di premio:
25/23

1. Buyer

1.1 Buyer

Official name : Randaberg kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for the provision of electrical services and electrical materials.
Description : Randaberg municipality, hereafter called the Contracting Authority, invites tenderers to a competition for a new framework agreement for the provision of electrical services and electrical material for the contract period 2025 – 2027 (2029).
Procedure identifier : 84abb468-e0ad-4730-a673-89de0d865954
Internal identifier : 25/23
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45311000 Electrical wiring and fitting work
Additional classification ( cpv ): 45315100 Electrical engineering installation works
Additional classification ( cpv ): 45317000 Other electrical installation work
Additional classification ( cpv ): 51110000 Installation services of electrical equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : Randaberg

2.1.3 Value

Estimated value excluding VAT : 32 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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?
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?
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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Is the tenderer 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 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 all of his tax and duty obligations in both the country where 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 : Has the tenderer's business conduct been stopped?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for the provision of electrical services and electrical materials.
Description : Randaberg municipality, hereafter called the Contracting Authority, invites tenderers to a competition for a new framework agreement for the provision of electrical services and electrical material for the contract period 2025 – 2027 (2029).
Internal identifier : 25/23

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45311000 Electrical wiring and fitting work
Additional classification ( cpv ): 45315100 Electrical engineering installation works
Additional classification ( cpv ): 45317000 Other electrical installation work
Additional classification ( cpv ): 51110000 Installation services of electrical equipment

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : Randaberg

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 32 000 000 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : See the tender documentation. Requirement # 1: The tenderer shall be a legally established company. Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Documentation proving that the company is registered in trade register or company register as prescribed by the law of the countries in which the tenderer is established. The certificate/documentation shall not be older than 1 month calculated from the tender deadline
Criterion : Other economic or financial requirements
Description : See the tender documentation. Requirement # 1: Tenderers shall have sufficient financial ability to fulfil the contract. Documentation: The contracting authority will obtain a credit rating commercial delphi score from Experian (the contracting authority subscribes to services from Experian). Tenderers must be in risk class 5 or higher on the Experian scale. It is a prerequisite that the tenderer has known registered information about the company and consents by submitting the tender for the information to be collected and used as a basis for assessing the tenderer's financial conditions. If the Contracting Authority cannot find a credit rating of each company in Experian, or the credit rating is not in accordance with the required rating, the Contracting Authority can attempt to cover its documentation need in another way. The contracting authority can, for example, assess whether the financial ability is satisfactory based on the other information that is available in the system from Experian, or request other documentation that confirms that the tenderer has the financial ability to fulfil the contract.
Criterion : Technicians or technical bodies for quality control
Description : See the tender documentation Requirement #2: The tenderer's capacity and implementation ability. Tenderers shall have sufficient capacity to carry out the estimated number of assignments that the tender applies to, as described in the tender documentation. Documentation: A description of the tenderer's technical personnel or technical units the tenderer has at their disposition to fulfil the contract, regardless of whether they belong to the company or not, particularly those responsible for quality control. The description shall state the number of employees with the necessary competence and experience to carry out assignments.
Criterion : References on specified works
Description : See the tender documentation. Requirement #1: The tenderer's experience. Tenderers must have experience from at least two relevant assignments for the provision of services and goods as described in the tender documentation, when regarding the extent and complexity. Documentation requirement: A list of the most important relevant assignments in the course of the last three years. The list shall include information on: • The assignment (short description of the discovered and the supplier ́s role) • Contract value for the assignment excluding VAT. • Date (year) of the assignment • Name of the customer. Based on the list, the tenderer shall state the name and e-mail address of gender neutral preferred for the two most relevant assignments. The references will only be contacted if needed
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : See the tender documentation Requirement # 2: Tenderers shall have an environmental management system that ensures fulfilment of environmental requirements set in the tender documentation. Documentation requirement: Certificate for the tenderer's environmental certification issued by independent bodies that confirm that the tenderer fulfils environmental management standards such as ISO 14001:2015 or EMAS; Miljøfyrtårn or equivalent, cf. the procurement regulations § 16-7. The contracting authority will also accept other documentation that shows that the tenderer has an environmental management system equivalent to recognised environmental management standards Mentioned.
Criterion : Certificates by quality control institutes
Description : See the tender documentation. Requirement # 1: Tenderers shall have a well-functioning quality assurance system for services that shall be provided. Documentation requirement: Certificate for the tenderer's quality assurance system issued by independent bodies. confirming that the tenderer fulfils recognised quality assurance standards. (ISO 9001:2015 or equivalent), cf. the procurement regulations § 16-7. The contracting authority will also accept other documentation that shows that the tenderer has a quality assurance system equivalent to recognised quality assurance standards as mentioned.

5.1.11 Procurement documents

Deadline for requesting additional information : 21/09/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=63289

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 : Allowed
Deadline for receipt of tenders : 09/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 204 Day
Information about public opening :
Opening date : 09/10/2025 11:00 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Information about review deadlines : The contracting authority can enter into a contract after the waiting period has expired at the earliest, that has been determined by the contracting authority. The waiting period shall be at least 10 days calculated from the day after the notification on the chosen tenderer has been sent, cf. § 25-2.
Organisation providing more information on the review procedures : Randaberg kommune

8. Organisations

8.1 ORG-0001

Official name : Randaberg kommune
Registration number : 934 945 514
Department : Økonomi
Postal address : Postboks 40
Town : Randaberg
Postcode : 4096
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Lise Gro Bjørnsen
Telephone : +47
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Postal address : Postboks 159
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 348df79c-8dd5-4eb0-ae3d-28c774567753 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/09/2025 12:32 +00:00
Notice dispatch date (eSender) : 02/09/2025 12:45 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00578479-2025
OJ S issue number : 169/2025
Publication date : 04/09/2025