Electro Operation Nord-Rogaland E1154 2026-2030

Rogaland county needs to enter into a contract for operational and maintenance assignments related to electrical installations, county roads and county foot/cycle paths, with associated side installations, side areas, equipment and installations in Nord-Rogaland. This includes: Haugesund, Karmøy, Tysvær, Vindafjord, Utsira, Bokn, Sauda, Suldal and parts of Hjelmeland. Rogaland county …

CPV: 50230000 Usługi w zakresie napraw i konserwacji i podobne usługi osprzętu dróg i innego sprzętu, 45310000 Roboty instalacyjne elektryczne, 45311000 Roboty w zakresie okablowania oraz instalacji elektrycznych, 45316000 Instalowanie systemów oświetleniowych i sygnalizacyjnych, 45316200 Instalowanie urządzeń sygnalizacyjnych
Termin:
17 października 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Electro Operation Nord-Rogaland E1154 2026-2030
Miejsce udzielenia zamówienia:
Rogaland fylkeskommune
Numer nagrody:
2025/65728

1. Buyer

1.1 Buyer

Official name : Rogaland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Electro Operation Nord-Rogaland E1154 2026-2030
Description : Rogaland county needs to enter into a contract for operational and maintenance assignments related to electrical installations, county roads and county foot/cycle paths, with associated side installations, side areas, equipment and installations in Nord-Rogaland. This includes: Haugesund, Karmøy, Tysvær, Vindafjord, Utsira, Bokn, Sauda, Suldal and parts of Hjelmeland.
Procedure identifier : 4bb863f9-ea58-4f99-a7cb-3812a3c7a2ec
Internal identifier : 2025/65728
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50230000 Repair, maintenance and associated services related to roads and other equipment
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45311000 Electrical wiring and fitting work
Additional classification ( cpv ): 45316000 Installation work of illumination and signalling systems
Additional classification ( cpv ): 45316200 Installation of signalling equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : This includes: Haugesund, Karmøy, Tysvær, Vindafjord, Utsira, Bokn, Sauda, Suldal and parts of Hjelmeland.

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Electro Operation Nord-Rogaland E1154 2026-2030
Description : Rogaland county needs to enter into a contract for operational and maintenance assignments related to electrical installations, county roads and county foot/cycle paths, with associated side installations, side areas, equipment and installations in Nord-Rogaland. This includes: Haugesund, Karmøy, Tysvær, Vindafjord, Utsira, Bokn, Sauda, Suldal and parts of Hjelmeland.
Internal identifier : 2025/65728

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50230000 Repair, maintenance and associated services related to roads and other equipment
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45311000 Electrical wiring and fitting work
Additional classification ( cpv ): 45316000 Installation work of illumination and signalling systems
Additional classification ( cpv ): 45316200 Installation of signalling equipment
Options :
Description of the options : 1 year

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : This includes: Haugesund, Karmøy, Tysvær, Vindafjord, Utsira, Bokn, Sauda, Suldal and parts of Hjelmeland.

5.1.3 Estimated duration

Start date : 01/01/2025
Duration end date : 31/12/2030

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be a legally established company or consist of a community of suppliers who are legally established companies.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. 1. The tenderer shall have an equity ratio of at least 10%. 2. The tenderer's annual average turnover for the last three years shall be at least NOK 10 million. per annum. 3. Credit rating: Credit worthy
Criterion : References on specified works
Description : Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from the following works: 1: The main disciplines included in the assignment are: Operation and maintenance assignments related to electrical installations on roads. 2: The following sub-assignments are of significant importance for the contract work: • Operation and maintenance of electrical tunnel installations • Operation and maintenance of road lighting. • Operation and maintenance of automation technical installations. • operation and maintenance of ecom.
Criterion : Technicians or technical bodies for quality control
Description : 1. The contract is required to have sufficient manpower and that the tenderer has the capacity and ability to handle unforeseen conditions in the contract. 2. Technical and professional competence and relevant experience is required of the key personnel who will be used for this assignment.
Criterion : Environmental management measures
Description : The contracting authority requires certificates issued by independent bodies as documentation that the tenderer fulfils certain environmental management systems or standards. Tenderers shall refer to the EU scheme for environmental management and environmental audits (EMAS), other recognised environmental management systems in regulation (EF) no.1221/2009 article 45 or other environmental management standards based on relevant European or international standards from accredited bodies. The Contracting Authority shall accept equivalent certificates issued by bodies in other EEA states. The contracting authority will accept other documentation for equivalent environmental management measures if the tenderer is unable to obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards.
Criterion : Certificates by quality control institutes
Description : The contracting authority requires certificates issued by independent bodies that document that the tenderer fulfils certain quality assurance standards, including universal design requirements. Such quality assurance standards shall be based on relevant European standard series, which are certified by accredited bodies. The Contracting Authority shall accept equivalent certificates issued by bodies in other EEA states. The contracting authority will accept other documentation for equivalent quality assurance measures if the tenderer is unable to obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality assurance standards or standards.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Tender Sum
Description : Tenderer's tender sum
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Climate footprint and environmental impact
Description : The tenderer ́s safeguarding of the contract shall be carried out with as least possible direct emissions from vehicles.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Deadline for requesting additional information : 08/10/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=68985

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 17/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 74 Day
Information about public opening :
Opening date : 17/10/2025 10:05 +00:00
Place : Stavanger
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
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 :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Information about review deadlines : The waiting period of 10 days will apply from when the award letter is sent out in the KGV.
Organisation receiving requests to participate : Rogaland fylkeskommune
Organisation processing tenders : Rogaland fylkeskommune

8. Organisations

8.1 ORG-0001

Official name : Rogaland fylkeskommune
Registration number : 971 045 698
Department : Avdeling anskaffelser
Postal address : Ankerkvartalet, Haakon VIIs gate 9
Town : Stavanger
Postcode : 4005
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Elin Kro
Telephone : +47 51516600
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

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 : 93b60748-bd9a-4087-989d-c95acf60d606 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/09/2025 08:53 +00:00
Notice dispatch date (eSender) : 11/09/2025 09:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00599814-2025
OJ S issue number : 176/2025
Publication date : 15/09/2025