KK - Framework agreement , Electrician services, Low current and telecommunication.

Kristiansund municipality would like to enter into a framework agreement with three tenderers for electrician services, low current, telecoms and 24 hour security guard preparedness. The contract shall cover both renovation of existing buildings and minor new buildings, and cover the contracting authority ́s ongoing needs. If there is a …

CPV: 31000000 Maszyny, aparatura, urządzenia i wyroby elektryczne; oświetlenie, 31100000 Elektryczne silniki, generatory i transformatory, 31200000 Aparatura do przesyłu i eksploatacji energii elektrycznej, 31600000 Sprzęt i aparatura elektryczna, 31700000 Urządzenia elektroniczne, elektromechaniczne i elektrotechniczne, 45000000 Roboty budowlane, 45310000 Roboty instalacyjne elektryczne, 50300000 Usługi w zakresie napraw i konserwacji i podobne usługi dotyczące komputerów osobistych, sprzętu biurowego, sprzętu telekomunikacyjnego i audiowizualnego, 50700000 Usługi w zakresie napraw i konserwacji instalacji budynkowych, 64210000 Usługi telefoniczne i przesyłu danych, 64220000 Usługi telekomunikacyjne, z wyjątkiem usług telefonicznych i przesyłu danych, 72000000 Usługi informatyczne: konsultacyjne, opracowywania oprogramowania, internetowe i wsparcia
Termin:
15 sierpnia 2025 11:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
KK - Framework agreement , Electrician services, Low current and telecommunication.
Miejsce udzielenia zamówienia:
Kristiansund kommune
Numer nagrody:
25/04266

1. Buyer

1.1 Buyer

Official name : Kristiansund kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : KK - Framework agreement , Electrician services, Low current and telecommunication.
Description : Kristiansund municipality would like to enter into a framework agreement with three tenderers for electrician services, low current, telecoms and 24 hour security guard preparedness. The contract shall cover both renovation of existing buildings and minor new buildings, and cover the contracting authority ́s ongoing needs. If there is a request with a value over NOK 250,000 excluding VAT, this procurement shall be carried out outside the framework agreement for major alterations and new buildings. Several municipal companies will participate in the framework agreement, i.a. Normoria AS will also be part of the framework agreement and will use electrician services for approx. NOK 50,000 - NOK 100,000 excluding VAT per year on changes/expansions.
Procedure identifier : 37f4011d-a45d-4cb2-870f-1547460bfc93
Internal identifier : 25/04266
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Kristiansund municipality would like to enter into a framework agreement with three tenderers for electrician services, low current, telecoms and 24 hour security guard preparedness. The contract shall cover both renovation of existing buildings and minor new buildings, and cover the contracting authority ́s ongoing needs. If there is a request with a value over NOK 250,000 excluding VAT, this procurement shall be carried out outside the framework agreement for major alterations and new buildings. Several municipal companies will participate in the framework agreement, i.a. Normoria AS will also be part of the framework agreement and will use electrician services for approx. NOK 50,000 - NOK 100,000 excluding VAT per year on changes/expansions.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31100000 Electric motors, generators and transformers
Additional classification ( cpv ): 31200000 Electricity distribution and control apparatus
Additional classification ( cpv ): 31600000 Electrical equipment and apparatus
Additional classification ( cpv ): 31700000 Electronic, electromechanical and electrotechnical supplies
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 64220000 Telecommunication services except telephone and data transmission services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Open tender contest part III. Procurement applies. Framework agreement electrician services, Low current and Telecom for Kristiansund municipality.

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 of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : KK - Framework agreement , Electrician services, Low current and telecommunication.
Description : Kristiansund municipality would like to enter into a framework agreement with three tenderers for electrician services, low current, telecoms and 24 hour security guard preparedness. The contract shall cover both renovation of existing buildings and minor new buildings, and cover the contracting authority ́s ongoing needs. If there is a request with a value over NOK 250,000 excluding VAT, this procurement shall be carried out outside the framework agreement for major alterations and new buildings. Several municipal companies will participate in the framework agreement, i.a. Normoria AS will also be part of the framework agreement and will use electrician services for approx. NOK 50,000 - NOK 100,000 excluding VAT per year on changes/expansions.
Internal identifier : 25/04266

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31100000 Electric motors, generators and transformers
Additional classification ( cpv ): 31200000 Electricity distribution and control apparatus
Additional classification ( cpv ): 31600000 Electrical equipment and apparatus
Additional classification ( cpv ): 31700000 Electronic, electromechanical and electrotechnical supplies
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 64220000 Telecommunication services except telephone and data transmission services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 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) : 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 : Certificates by quality control institutes
Description : Tax certificate no older than six months counted from the deadline for submission of tenders. A tax certificate means: For Norwegian suppliers: • Certificate for tax and value added tax (VAT) from the Norwegian Tax Administration. For foreign suppliers: • Foreign suppliers must provide equivalent certificates from their respective countries showing that they have fulfilled their tax and VAT obligations. If the authorities in the relevant country do not issue such certificates, the supplier must submit a declaration confirming that all taxes and duties have been paid. The declaration must be approved and signed by the supplier's Chief Financial Officer (CFO) or person responsible for financial matters.
Criterion : Enrolment in a relevant professional register
Description : Norwegian companies: Certificate of Registration Foreign companies: Documentation confirming that the company is registered in a company register, professional register, or trade register in the country where the supplier is established.
Criterion : Financial ratio
Description : Information regarding credit rating will be obtained by the contracting authority directly from the credit information company Bisnode Credit Pro (soliditet.no). Therefore, it is not necessary to submit this information. (Bisnode Credit Pro contains key information on all companies in Norway). The supplier is requested to check that such information is available in Bisnode Credit Pro. The credit rating is based on the most recently known financial statements.
Criterion : Certificates by independent bodies about quality assurance standards
Description : The supplier shall document that they have: 5 employees with a trade certificate in electrical work 1 employee with a trade certificate in automation An authorisation certificate and approval from NKOM shall be attached to the tender. The supplier must meet the requirements of NS3960.
Criterion : References on specified works
Description : Description of personnel that the supplier assigns to perform the contract. To be documented with CVs for key personnel. Appendix 12 must be completed and attached to the tender.
Criterion : References on specified deliveries
Description : List of the three most important and relevant deliveries or services provided during the last three years, including information about the value, time of delivery, and the name of the public or private recipient with contact information. By "relevant deliveries" is meant deliveries that have a certain connection and transferable value to the work that is to be performed. It is the supplier's responsibility to document the relevance through the description. The reference form must be completed and attached to the tender – see Annex 2. References may be contacted if the contracting authority needs to verify the tenderer's experience
Criterion : Technicians or technical bodies to carry out the work
Description : Verification of the responsible executor in accordance with execution class 2 requirements
Criterion : Environmental management measures
Description : Documentation of membership in a take-back company approved by the Norwegian Environment Agency.
Criterion : Environmental management measures
Description : Documentation of the supplier's environmental management system, if the supplier is not certified as mentioned above. It must be documented that the company works systematically to reduce its environmental impact at all levels of its operations. Other certificates issued by bodies in other EEA states may also be submitted, provided that the supplier can document that these are equivalent to EMAS or ISO 14001.
Criterion : Study, technical and research facilities
Description : Documentation of certification according to ISO 9001 or a system certificate issued by accredited certification bodies equivalent to ISO 9001. alder Documentation of the supplier's quality assurance system, if the supplier is not certified as mentioned above. The documentation must demonstrate satisfactory quality assurance of the delivery.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 08/08/2025 14:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258684423.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 tenders : 15/08/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 15/08/2025 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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal Tingrett -
Information about review deadlines : Ten Days
Organisation receiving requests to participate : Kristiansund kommune -
Organisation processing tenders : Kristiansund kommune -

8. Organisations

8.1 ORG-0001

Official name : Kristiansund kommune
Registration number : 991891919
Postal address : Kaibakken 2
Town : KRISTIANSUND N
Postcode : 6509
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Zainabu Minani
Telephone : +47 71574388
Fax : +47 71586144
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Møre og Romsdal Tingrett
Registration number : 926 723 200
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : e6d42687-fd75-4335-9e9c-6951deabbf87 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/06/2025 13:04 +00:00
Notice dispatch date (eSender) : 04/06/2025 13:31 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00367735-2025
OJ S issue number : 108/2025
Publication date : 06/06/2025