Electrical services for water and sewage installations (framework agreement) - stage 1 qualification phase.

Bærum municipality invites tenderers to a negotiated procedure for a framework agreement for electrical services for water and sewage installations.The works in this framework agreement include board production and electrical installations at water and sewage installations in Bærum municipality. The boards also include the embedding of PLC components transported from …

CPV: 50000000 Opravárske a údržbárske služby, 31000000 Elektrické stroje, prístroje, zariadenia a spotrebný tovar; osvetlenie, 45000000 Stavebné práce, 45200000 Práce na kompletnej alebo čiastočnej stavbe a práce inžinierskych stavieb, 45300000 Stavebno-inštalačné práce, 50500000 Opravy a údržba čerpadiel, ventilov, kohútov a kovových nádob a strojov, 50700000 Opravy a údržba vnútornej inštalácie budov, 50710000 Opravy a údržba elektrických a mechanických zariadení budov, 51100000 Inštalácia elektrických a mechanických zariadení, 71300000 Inžinierske služby
Miesto vykonania:
Electrical services for water and sewage installations (framework agreement) - stage 1 qualification phase.
Udeľujúci orgán:
Bærum kommune
Číslo udelenia:
2024/27622

1. Buyer

1.1 Buyer

Official name : Bærum kommune
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Electrical services for water and sewage installations (framework agreement) - stage 1 qualification phase.
Description : Bærum municipality invites tenderers to a negotiated procedure for a framework agreement for electrical services for water and sewage installations.The works in this framework agreement include board production and electrical installations at water and sewage installations in Bærum municipality. The boards also include the embedding of PLC components transported from a separate framework agreement.
Procedure identifier : 634395dd-b595-4869-9762-b75a91d7d7cc
Internal identifier : 2024/27622
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Bærum municipality invites tenderers to a negotiated procedure for a framework agreement for electrical services for water and sewage installations.The works in this framework agreement include board production and electrical installations at water and sewage installations in Bærum municipality. The boards also include the embedding of PLC components transported from a separate framework agreement. A more detailed description is in Annex 1, Requirement Specification (technical description). This competition is initiated with a qualification phase (the competition ́s stage 1). Only tenderers who fulfil the qualification requirements and who have been invited will be able to submit a tender in stage 2 of the competition. See the tender documentation for more information.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 71300000 Engineering services

2.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften -

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?
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?
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-0000

Title : Electrical services for water and sewage installations (framework agreement) - stage 1 qualification phase.
Description : Bærum municipality invites tenderers to a negotiated procedure for a framework agreement for electrical services for water and sewage installations.The works in this framework agreement include board production and electrical installations at water and sewage installations in Bærum municipality. The boards also include the embedding of PLC components transported from a separate framework agreement.
Internal identifier : 2024/27622

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 71300000 Engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 96 Month

5.1.4 Renewal

Maximum renewals : 6
The buyer reserves the right for additional purchases from the contractor, as described here : The duration of the framework agreement is from dd.etc.2025 to and including dd.mm.2027, with a unilateral option for extension one or more times up until 6 years. The total agreement period is 8 years upon release of full option.

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements stated in the notice or in the procurement documents, the tenderer declares that: Minimum requirement for qualification requirement REQUIREMENT 4 Finances The tenderer shall have economic and financial solidity, which gives the contracting authority the security that the tenderer will be financially viable throughout the entire contract period. DOCUMENTATION REQUIREMENT: Complete credit assessment/report, not older than 3 months, from a publicly certified credit rating company, with score A (credit worthy) or an equivalent or better rating. The report shall be based on the last known accounting figures. The date must be clearly stated. If the tenderer has valid reasons for not submitting the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the Contracting Authority deems suitable. The contracting authority reserves the right to obtain updated credit assessments from a publicly certified credit rating company.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements REQUIREMENT 7 Quality Management System A good and well-functioning quality management system is required for the services that will be provided. DOCUMENTATION REQUIREMENT: Copy of a quality management certificate in accordance with ISO 9001:2015 or an equivalent certificate. OR an account of the tenderer ́s quality management system. As a minimum, a general description of the system ́s content, including an overview of inspection plans and check-lists that are relevant for this contract, must be given.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements REQUIREMENT 8 Environmental management system Systems and procedures are required that ensure low environmental impact when carrying out the delivery. The environmental management system must i.a. ensure continual improvement of: - the organisation ́s competence in the environment and safety - the performance ́s climate impact DOCUMENTATION REQUIREMENT: Copy of an environmental management system certificate in accordance with ISO 14001:2015, Miljøfyrtårn (Eco-Lighthouse), EMAS or equivalent certificate. OR an account of the tenderer ́s environmental management system.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum requirement for qualification requirement 3 Registration in the Electrical Company Register The tenderer shall be registered in the Electrical Enterprise Register for "engineering design of electrical installations" and "construction and maintenance of other people ́s electrical installations for the following types of installations": - Machines - electrical installations - Industry - low voltage installations. DOCUMENTATION REQUIREMENT: Documentation of valid registration.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. The tenderer shall be registered in a company register or a trade register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirement REQUIREMENT 5 Experience Experience is required from at least 10 equivalent deliveries in the last 5 years. Equivalent deliveries means installations with the delivery of electro distributions, assembly and connection of automation equipment, electrical installations and commissioning of systems for water and sewage. Several deliveries will be accepted for the same plant owner. If this is carried out as a sub-supplier, the contracting authority will also be accepted. Responses to this requirement will also be used when selection of tenderers in accordance with point 2.2 in the tender documentation. DOCUMENTATION REQUIREMENT: Tenderers shall fill in the tender documentation annex 7 Reference List as documentation that the requirement is met. If necessary, the contracting authority will contact the stated references.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. The tenderer is required to have an organisation that has the capacity to fulfil the contract. Sufficient capacity means a minimum of five installers/installers. DOCUMENTATION REQUIREMENT: An account of professional qualifications at the tenderer for executing the service.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
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
Maximum number of candidates to be invited for the second stage of the procedure : 4

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 18/04/2025 10:10 +00:00
Address of the procurement documents : https://permalink.mercell.com/251662570.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
Variants : Not allowed
Deadline for receipt of requests to participate : 30/04/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation and annexes.
Financial arrangement : See the tender documentation and annexes.

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with 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 : Ringerike, Asker og Bærum tingrett
Organisation providing additional information about the procurement procedure : Bærum kommune

8. Organisations

8.1 ORG-0001

Official name : Bærum kommune
Registration number : 935478715
Postal address : Postboks 700
Town : SANDVIKA
Postcode : 1304
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Tor Mehus
Telephone : +47 67504050
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Ringerike, Asker og Bærum tingrett
Registration number : 926725963
Town : Sandvika
Country : Norway
Telephone : 67 57 65 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : cb460f92-fe9f-4d59-bda4-a66d0e57992e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/03/2025 11:32 +00:00
Notice dispatch date (eSender) : 26/03/2025 12:14 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00196779-2025
OJ S issue number : 61/2025
Publication date : 27/03/2025