Framework agreement for the procurement of electrical equipment

Framework agreement for the procurement of electrical equipment. The agreement includes, among other things, white goods, some brown goods, household appliances, kitchen machines etc. The agreement includes purchase, delivery, assembly and return. The products shall be offered in internet shop. Demand Award criteria

CPV: 31000000 Elektriska maskiner, apparater och förbrukningsvaror samt elektrisk utrustning; belysning, 31600000 Elektrisk utrustning, 31670000 Eldelar till maskiner eller apparater, 31680000 Elektrisk utrustning och tillbehör, 32000000 Radio-, televisions-, kommuniktions- och telekommunikationsutrustning samt tillhörande utrustning, 32300000 TV- och radioapparater, ljud- eller videobandspelare eller videoavspelare, 39700000 Hushållsapparater, 39710000 Elektriska hushållsapparater, 50000000 Reparation och underhåll, 50800000 Diverse reparationer och underhåll, 51000000 Installation (utom programvara), 51100000 Installation av elektrisk och maskinteknisk utrustning, 51110000 Installation av elektrisk utrustning
Sista ansökningsdag:
27 maj 2025 10:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Framework agreement for the procurement of electrical equipment
Plats för tilldelning:
Lillestrøm Kommune
Tilldelningsnummer:
Lillestrøm-24/092

1. Buyer

1.1 Buyer

Official name : Lillestrøm Kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Enebakk kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nittedal kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nedre Romerike Brann og Redning (NRBR)
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Romerike krisesenter IKS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Rælingen 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 : Framework agreement for the procurement of electrical equipment
Description : Framework agreement for the procurement of electrical equipment. The agreement includes, among other things, white goods, some brown goods, household appliances, kitchen machines etc. The agreement includes purchase, delivery, assembly and return. The products shall be offered in internet shop.
Procedure identifier : c3207601-f5e9-44d7-b86f-a40c6e48f837
Internal identifier : Lillestrøm-24/092
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31600000 Electrical equipment and apparatus
Additional classification ( cpv ): 31670000 Electrical parts of machinery or apparatus
Additional classification ( cpv ): 31680000 Electrical supplies and accessories
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32300000 Television and radio receivers, and sound or video recording or reproducing apparatus
Additional classification ( cpv ): 39700000 Domestic appliances
Additional classification ( cpv ): 39710000 Electrical domestic appliances
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 51110000 Installation services of electrical equipment

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
The tenderer must submit tenders for all lots

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 : 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 : 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-0001

Title : Purchase
Description : Demand
Internal identifier : 1542032

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31600000 Electrical equipment and apparatus
Additional classification ( cpv ): 31670000 Electrical parts of machinery or apparatus
Additional classification ( cpv ): 31680000 Electrical supplies and accessories
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32300000 Television and radio receivers, and sound or video recording or reproducing apparatus
Additional classification ( cpv ): 39700000 Domestic appliances
Additional classification ( cpv ): 39710000 Electrical domestic appliances
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 51110000 Installation services of electrical equipment

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/09/2025
Duration end date : 31/08/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 24 months

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

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : Requirement: Tenderers shall have the financial and economic capacity the assignment requires. Documentation: Tenderers shall document this by presenting the company ́s last year ́s approved annual accounts and the auditor's report for the same year. Companies that cannot fulfil the requirement for extracts of annual accounts, may alternatively submit the business plan with the overall plan for financing. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. When assessing the tenderer's financial and economic position, the contracting authority will itself obtain a credit rating from Dun & Bradstreet Norway AS.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax and VAT certificates
Description : Requirement: Tenderers shall have fulfilled their tax and duty obligations. Documentation: Tenderers shall document this by submitting a tax certificate that is not older than 6 months when seen in relation to the tender deadline.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Foreign tenderers
Description : Foreign tenderers must submit equivalent certificates from their own country that document that the company has its tax and duty payments in order. If the authorities in the relevant country do not issue such certificates, the tenderer must submit a declaration which confirms that all taxes and fees are paid. The declaration must be signed by the treasurer.
Use of this criterion : Used
Criterion :
Type : Other
Name : Requirements for responsible business
Description : Requirement: Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses. This means that the tenderer has implemented measures and systems used in the work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption. Documentation requirement: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: A completed Response Form for responsible business annex 3. Formal policy/guidelines that cover an obligation to comply with the requirements of responsible business. Formal policy/guidelines for accountability for sub suppliers/supplier chain (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. Descriptions of the tenderer's processes and routines for how the company works with due diligence assessments. Description of the tenderer's routines for obtaining and maintaining an overview of the country of origin and production locations. It should be noted that documentation of fulfilment of the qualification requirements on responsible business can be delivered in English.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Requirement: Tenderers shall be legally established and registered in a company register or trade register in the member state in which the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Qualification requirements and ESPD form.
Description : A ESPD form is included as a part of this tender documentation, which the tenderer must fill in. This includes a number of requirements that must be answered. In addition there is in the form and below, the qualification requirements stated for this competition. Furthermore, it is stated how the tenderer shall document the qualification requirement. The ESPD form is a self-declaration from the tenderer that there are no reasons for rejection and that the qualification requirements set in the competition are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Declaration and documentation from sub-suppliers.
Description : Tenderers can, if necessary, rely on other companies' capacity to fulfil the economic and financial capacity requirements or technical and professional qualifications stated below. Technical and professional qualifications If the tenderer would like to rely on sub-suppliers to fulfil the requirements for technical and professional qualifications, the sub-supplier ́s qualifications must be documented in accordance with the documentation requirements stated in the points below, including a completed ESPD form for sub-suppliers. A signed declaration is to be enclosed with the tender (see Annex 5) from each of the relevant sub-suppliers. Economic and financial position If the tenderer would like to rely on sub-suppliers to fulfil the requirements for economic and financial standing,: Sub-contractor qualifications must be documented in accordance with the documentation requirements stated in the points below, including a completed ESPD form for sub-suppliers. A signed declaration is to be enclosed with the tender (see Annex 6) from each of the relevant sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications - 1. Competence and implementation ability.
Description : 1. Competence and implementation ability Requirement: Tenderers shall have the necessary capacity and use of resources that have the competence and implementation ability within the disciplines required by the assignment. Documentation: Tenderers shall document this by presenting a general description of relevant professional competence, as well as the manner in which the organisation will be used to fulfil the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications - 2. Experience from equivalent assignments
Description : 2. Experience from equivalent assignments Requirement: Tenderers shall have experience from a minimum of 1 assignment of an equivalent nature and extent. Equivalent deliveries of the same nature means product/service/nature that can be compared with the content of the deliveries in this contract, including several delivery locations. By an equivalent extent as this contract, the annual turnover for the contract is no more than NOK 2,000,000. Documentation: Tenderers shall document this by presenting a list of the most important relevant deliveries in the last three years, including information on why the reference is seen as relevant, date, value and contracting authority.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications - 3. Quality assurance system
Description : 3. Quality assurance system Requirement: Tenderers shall have a quality assurance system. Documentation: Tenderers shall document this by presenting a description, on approx. one A4 page, of their quality assurance system. If a tenderer has a third party certified quality management system, for example ISO 9001 or similar, it is sufficient to present a valid certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications - 4. Environmental management system
Description : 4. Environmental management system Requirement: Tenderers shall have an environmental management system. Documentation: Tenderers shall document this by presenting a description, on approx. one A4 page, of their environmental management system. If a tenderer has a third party certified quality management system, for example ISO 14001 or similar, it is sufficient to submit a valid certificate.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 18/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=55243

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
Deadline for receipt of tenders : 27/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 96 Day
Information about public opening :
Opening date : 27/05/2025 10:01 +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 :
Framework agreement, without 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 : Romerike og Glåmdal tingrett

5.1 Lot technical ID : LOT-0002

Title : Award criteria
Description : Award criteria
Internal identifier : 1638797

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31600000 Electrical equipment and apparatus
Additional classification ( cpv ): 31670000 Electrical parts of machinery or apparatus
Additional classification ( cpv ): 31680000 Electrical supplies and accessories
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32300000 Television and radio receivers, and sound or video recording or reproducing apparatus
Additional classification ( cpv ): 39700000 Domestic appliances
Additional classification ( cpv ): 39710000 Electrical domestic appliances
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 51110000 Installation services of electrical equipment

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/09/2025
Duration end date : 31/08/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 24 months

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

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : Requirement: Tenderers shall have the financial and economic capacity the assignment requires. Documentation: Tenderers shall document this by presenting the company ́s last year ́s approved annual accounts and the auditor's report for the same year. Companies that cannot fulfil the requirement for extracts of annual accounts, may alternatively submit the business plan with the overall plan for financing. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. When assessing the tenderer's financial and economic position, the contracting authority will itself obtain a credit rating from Dun & Bradstreet Norway AS.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax and VAT certificates
Description : Requirement: Tenderers shall have fulfilled their tax and duty obligations. Documentation: Tenderers shall document this by submitting a tax certificate that is not older than 6 months when seen in relation to the tender deadline.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Foreign tenderers
Description : Foreign tenderers must submit equivalent certificates from their own country that document that the company has its tax and duty payments in order. If the authorities in the relevant country do not issue such certificates, the tenderer must submit a declaration which confirms that all taxes and fees are paid. The declaration must be signed by the treasurer.
Use of this criterion : Used
Criterion :
Type : Other
Name : Requirements for responsible business
Description : Requirement: Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses. This means that the tenderer has implemented measures and systems used in the work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption. Documentation requirement: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: A completed Response Form for responsible business annex 3. Formal policy/guidelines that cover an obligation to comply with the requirements of responsible business. Formal policy/guidelines for accountability for sub suppliers/supplier chain (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. Descriptions of the tenderer's processes and routines for how the company works with due diligence assessments. Description of the tenderer's routines for obtaining and maintaining an overview of the country of origin and production locations. It should be noted that documentation of fulfilment of the qualification requirements on responsible business can be delivered in English.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Requirement: Tenderers shall be legally established and registered in a company register or trade register in the member state in which the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Qualification requirements and ESPD form.
Description : A ESPD form is included as a part of this tender documentation, which the tenderer must fill in. This includes a number of requirements that must be answered. In addition there is in the form and below, the qualification requirements stated for this competition. Furthermore, it is stated how the tenderer shall document the qualification requirement. The ESPD form is a self-declaration from the tenderer that there are no reasons for rejection and that the qualification requirements set in the competition are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Declaration and documentation from sub-suppliers.
Description : Tenderers can, if necessary, rely on other companies' capacity to fulfil the economic and financial capacity requirements or technical and professional qualifications stated below. Technical and professional qualifications If the tenderer would like to rely on sub-suppliers to fulfil the requirements for technical and professional qualifications, the sub-supplier ́s qualifications must be documented in accordance with the documentation requirements stated in the points below, including a completed ESPD form for sub-suppliers. A signed declaration is to be enclosed with the tender (see Annex 5) from each of the relevant sub-suppliers. Economic and financial position If the tenderer would like to rely on sub-suppliers to fulfil the requirements for economic and financial standing,: Sub-contractor qualifications must be documented in accordance with the documentation requirements stated in the points below, including a completed ESPD form for sub-suppliers. A signed declaration is to be enclosed with the tender (see Annex 6) from each of the relevant sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications - 1. Competence and implementation ability.
Description : 1. Competence and implementation ability Requirement: Tenderers shall have the necessary capacity and use of resources that have the competence and implementation ability within the disciplines required by the assignment. Documentation: Tenderers shall document this by presenting a general description of relevant professional competence, as well as the manner in which the organisation will be used to fulfil the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications - 2. Experience from equivalent assignments
Description : 2. Experience from equivalent assignments Requirement: Tenderers shall have experience from a minimum of 1 assignment of an equivalent nature and extent. Equivalent deliveries of the same nature means product/service/nature that can be compared with the content of the deliveries in this contract, including several delivery locations. By an equivalent extent as this contract, the annual turnover for the contract is no more than NOK 2,000,000. Documentation: Tenderers shall document this by presenting a list of the most important relevant deliveries in the last three years, including information on why the reference is seen as relevant, date, value and contracting authority.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications - 3. Quality assurance system
Description : Requirement: Tenderers shall have an established quality assurance system. Documentation: Tenderers shall document this by presenting a description, on approx. one A4 page, of their quality assurance system. If a tenderer has a third party certified quality management system, for example ISO 9001 or similar, it is sufficient to present a valid certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications - 4. Environmental management system
Description : 4. Environmental management system Requirement: Tenderers shall have an environmental management system. Documentation: Tenderers shall document this by presenting a description, on approx. one A4 page, of their environmental management system. If a tenderer has a third party certified quality management system, for example ISO 14001 or similar, it is sufficient to submit a valid certificate.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 18/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=55243

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
Deadline for receipt of tenders : 27/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 96 Day
Information about public opening :
Opening date : 27/05/2025 10:01 +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 :
Framework agreement, without 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 : Romerike og Glåmdal tingrett

8. Organisations

8.1 ORG-0001

Official name : Lillestrøm Kommune
Registration number : 820710592
Department : Innkjøp
Postal address : Jonas Lies gate 18
Town : Lillestrøm
Postcode : 2000
Country : Norway
Contact point : Ambrina Shaikh
Telephone : +47
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Romerike og Glåmdal tingrett
Registration number : 926 723 863
Postal address : Postboks 393
Town : Lillestrøm
Postcode : 2001
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 61 99 22 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Enebakk kommune
Registration number : 964949581
Town : Enebakk kommune
Country : Norway
Telephone : 48892870
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Nittedal kommune
Registration number : 971643870
Town : Nittedal
Country : Norway
Telephone : 95803158
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Nedre Romerike Brann og Redning (NRBR)
Registration number : 976634438
Town : Lillestrøm
Country : Norway
Telephone : 45239817
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Romerike krisesenter IKS
Registration number : 997597575
Town : Lillestrøm
Country : Norway
Telephone : 98021227
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Rælingen kommune
Registration number : 952540556
Town : Rælingen
Country : Norway
Telephone : 47892689
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 6a5a921a-5a04-4067-85ca-f0b234222b5e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/04/2025 12:11 +00:00
Notice dispatch date (eSender) : 16/04/2025 12:11 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00252722-2025
OJ S issue number : 76/2025
Publication date : 17/04/2025