Dynamic procurement system for the procurement and assembly of solar panel installations.

ROR Innkjøp is now establishing a Dynamic Procurement Scheme (DIO) for the procurement and assembly of solar panel installations in accordance with chapter 26 in the Public Procurement Regulations. This means that when Molde eiendom KF shall procure a solar panel system, competitions will be held in the dynamic purchasing …

CPV: 09331200 Fotovoltaïsche zonnecellen, 09331000 Zonnepanelen, 45261215 Aanbrengen van dakbedekking met zonnepanelen
Plaats van uitvoering:
Dynamic procurement system for the procurement and assembly of solar panel installations.
Toekennende instantie:
Molde Kommune
Gunningsnummer:
23/07014

1. Buyer

1.1 Buyer

Official name : Molde 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 : Dynamic procurement system for the procurement and assembly of solar panel installations.
Description : ROR Innkjøp is now establishing a Dynamic Procurement Scheme (DIO) for the procurement and assembly of solar panel installations in accordance with chapter 26 in the Public Procurement Regulations. This means that when Molde eiendom KF shall procure a solar panel system, competitions will be held in the dynamic purchasing system. All tenderers included in the procurement scheme can submit tender offers for each competition.
Procedure identifier : 01f16fa0-83ad-41ab-831e-8eef7b4e126e
Internal identifier : 23/07014
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : ROR Innkjøp is now establishing a Dynamic Procurement Scheme (DIO) for the procurement and assembly of solar panel installations in accordance with chapter 26 in the Public Procurement Regulations. This means that when Molde eiendom KF shall procure a solar panel system, competitions will be held in the dynamic purchasing system. All tenderers included in the procurement scheme can submit tender offers for each competition. The delivery of solar panel installations in each competition can include: Procurement of solar panel installations Assembly of solar panel installationsService and guarantee services in the warranty period Repairs and the accompanying parts beyond the warranty periodAndre the accompanying servicesDetaljene and exact requirement specifications will be clarified in each individual competition held in the procurement scheme. The different buildings will have very different roofs, such as gable roof, valmet roof, mansard roof, desk roof, etc. The fixing possibilities and carrying capacity will also vary. Technical information related to each facility will be given in each competition under the dynamic purchasing system. The number of buildings will also vary in each competition. The size of the building will also vary, from small residential buildings to large block buildings. Currently, a little over 30 projects are planned to be completed by summer 2025, and information on these projects, with effect and production requirements, can be found at the following link: Overview of locations, effect and production requirements (Google Earth). Solar panel installations that will be procured in competitions in the procurement scheme will vary in scope according to the size of the building and the accompanying available roof areas for the solar panel installations.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09331200 Solar photovoltaic modules
Additional classification ( cpv ): 09331000 Solar panels
Additional classification ( cpv ): 45261215 Solar panel roof-covering work

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 90 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - See the Public Procurement Act. LAW 2016-06-17-73.

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 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 : Dynamic procurement system for the procurement and assembly of solar panel installations.
Description : ROR Innkjøp is now establishing a Dynamic Procurement Scheme (DIO) for the procurement and assembly of solar panel installations in accordance with chapter 26 in the Public Procurement Regulations. This means that when Molde eiendom KF shall procure a solar panel system, competitions will be held in the dynamic purchasing system. All tenderers included in the procurement scheme can submit tender offers for each competition.
Internal identifier : 23/07014

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09331200 Solar photovoltaic modules
Additional classification ( cpv ): 09331000 Solar panels
Additional classification ( cpv ): 45261215 Solar panel roof-covering work

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/06/2023
Duration end date : 31/12/2027

5.1.5 Value

Estimated value excluding VAT : 90 000 000 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 : Procurement Document
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/207395969.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 31/12/2027 22:59 +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 :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, also usable by buyers not listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Nordmøre og Romsdal Tingrett
Information about review deadlines : See the Public Procurement Act. LAW 2016-06-17-73.

8. Organisations

8.1 ORG-0001

Official name : Molde Kommune
Registration number : 921221967
Postal address : Rådhusplassen 1
Town : MOLDE
Postcode : 6413
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Sara Severinsen Lønseth
Telephone : +47 71111000
Fax : +47 71111025
Roles of this organisation :
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers

8.1 ORG-0002

Official name : Nordmøre og Romsdal Tingrett
Registration number : 935365120
Town : Molde
Postcode : 6404
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70333730
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 401120-2023
Main reason for change : Information updated
Description : Extension of duration.

Notice information

Notice identifier/version : d5504d23-9870-4d9b-ae07-629409670e15 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/10/2025 08:04 +00:00
Notice dispatch date (eSender) : 21/10/2025 08:17 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00695973-2025
OJ S issue number : 203/2025
Publication date : 22/10/2025