Achilles Utilities NCE qualification - notification of qualification system - Works

ACHILLES UTILITIES NCE is a joint qualification system for suppliers and contractors to utilities in Nordics and Central Europe. It's operated by Achilles under Article 77 of Directive 2014/25/EU. The subscribing utilities will use ACHILLES UTILITIES NCE for tenderer selection for contracts and framework agreements subject to EU procurement rules, …

CPV: 45000000 Gradbena dela
Kraj izvršitve:
Achilles Utilities NCE qualification - notification of qualification system - Works
Organ za podeljevanje:
Achilles Information AS
Številka dodelitve:
1241

1. Buyer

1.1 Buyer

Official name : Achilles Information AS
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : AURA Fiber A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : AURA Installation A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Dinel A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : AURA A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Achilles Utilities NCE qualification - notification of qualification system - Works
Description : ACHILLES UTILITIES NCE is a joint qualification system for suppliers and contractors to utilities in Nordics and Central Europe. It's operated by Achilles under Article 77 of Directive 2014/25/EU. The subscribing utilities will use ACHILLES UTILITIES NCE for tenderer selection for contracts and framework agreements subject to EU procurement rules, but reserve the right to publish individual notices for specific requirements where they deem it necessary, even though they relate to the product and service categories covered by ACHILLES UTILITIES NCE. The qualification system may be used for contracts not subject to EU procurement rules at each subscriber's discretion. An overview of products and services acquired through ACHILLES UTILITIES NCE is available here https://www.achilles.com/wp/wp-content/uploads/2023/05/Product-and-Service-Code-Guide-EN.pdf
Procedure identifier : 077bbe50-d87c-49a8-945b-44751bac54a5
Internal identifier : 1241

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : 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.
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.
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 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.
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 combating 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 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).
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.
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 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.
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?
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.
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?
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 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.
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?
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.
Offence concerning its professional conduct in the domain of defence procurement : 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the country : Is the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Achilles Utilities NCE qualification - notification of qualification system - Works
Description : ACHILLES UTILITIES NCE is a joint qualification system for suppliers and contractors to utilities in Nordics and Central Europe. It's operated by Achilles under Article 77 of Directive 2014/25/EU. The subscribing utilities will use ACHILLES UTILITIES NCE for tenderer selection for contracts and framework agreements subject to EU procurement rules, but reserve the right to publish individual notices for specific requirements where they deem it necessary, even though they relate to the product and service categories covered by ACHILLES UTILITIES NCE. The qualification system may be used for contracts not subject to EU procurement rules at each subscriber's discretion. An overview of products and services acquired through ACHILLES UTILITIES NCE is available here https://www.achilles.com/wp/wp-content/uploads/2023/05/Product-and-Service-Code-Guide-EN.pdf
Internal identifier : 1756

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/03/2025
Other duration : Unlimited

5.1.4 Renewal

Maximum renewals : 0

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 : Other economic or financial requirements
Description : ACHILLES UTILITIES NCE is of indefinite duration, but supplier information must be updated annually. Suppliers already qualified on ACHILLES UTILITIES NCE will be reminded to renew before the qualification period expires. The annual qualification fee is ranging from EUR 260 to 1170 payable in advance. Suppliers can update their information during the qualification period. Documentation requirements: Suppliers may apply for qualification at any time. To apply the suppliers must complete an Order Form and pay in advance an annual qualification fee between EUR 260 to 1170. The Order Form with qualification requirements can be obtained here https://my.achilles.com/join-community?communitycode=UNC&lang=gb-EN. To qualify the suppliers must complete an online questionnaire covering detailed information about their company. As some contracting authorities and contracting entities require an ESPD, the suppliers submit an ESPD via ACHILLES UTILITIES NCE. Basic commercial requirements must be satisfied. Some buying organisations have individual requirements in addition to the basic requirements. The suppliers can therefore be asked to answer customer-specific questions related to the qualification. ACHILLES UTILITIES NCE is open to manufacturers or distributors dealing directly with the buyer. The bidders lists will be based on suppliers that have passed the initial qualification.

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : http://www.achilles.com/utilities-nce/
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.16 Further information, mediation and review

Review organisation : Agder tingrett
Organisation providing additional information about the procurement procedure : Achilles Information AS
Organisation providing more information on the review procedures : Achilles Information AS

8. Organisations

8.1 ORG-0001

Official name : Achilles Information AS
Registration number : 980430596
Postal address : P.O. Box 1817
Town : Arendal
Postcode : 4858
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Johannes Poller Marsi
Telephone : +47 37063500
Internet address : https://www.achilles.com/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : AURA Fiber A/S
Registration number : 21628549
Postal address : Knudsminde 10
Town : Odder
Postcode : 8300
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( DKZZZ )
Country : Denmark
Telephone : +45 87925577
Internet address : https://www.aura.dk
Buyer profile : https://www.aura.dk
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : AURA Installation A/S
Registration number : 29813884
Postal address : Skanderborgvej 180
Town : Viby J
Postcode : 8260
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( DKZZZ )
Country : Denmark
Telephone : +45 87925511
Internet address : https://www.aura.dk
Buyer profile : https://www.aura.dk
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Dinel A/S
Registration number : 25706900
Postal address : Knudsminde 10
Town : Odder
Postcode : 8300
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( DKZZZ )
Country : Denmark
Telephone : +45 87925566
Internet address : https://www.dinel.dk/
Buyer profile : https://www.dinel.dk/
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : AURA A/S
Registration number : 10163668
Postal address : Skanderborgvej 180
Town : Viby J
Postcode : 8260
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( DKZZZ )
Country : Denmark
Telephone : +45 87925555
Internet address : https://www.aura.dk
Buyer profile : https://www.aura.dk
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Agder tingrett
Registration number : 926723480
Postal address : Postboks 63
Town : Kristiansand
Postcode : 4661
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : +47 38176300
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 165fc1c8-122f-4f77-a480-be153171ffdb - 01
Form type : Competition
Notice type : Notice on the existence of a qualification system
Notice dispatch date : 25/09/2025 14:34 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00633394-2025
OJ S issue number : 186/2025
Publication date : 29/09/2025