Tender Details
Title

Norway – Construction work – Kile Solkraftverk - 2024 Change notice Place of performance: Norway,Innlandet Main nature of the contract: Works,Supplies Official name: Norconsult Norge AS Type of procedure: Open

Country
Language
English
Organization
Published Date
17.10.2024
Deadline Date
15.11.2024
Overview
629620-2024 - Competition Competition Norway: Construction work Kile Solkraftverk - 2024 Norway, Innlandet (NO020) Sør Fron Type of procedure: Open Buyer Buyer: Norconsult Norge AS Email: Ole.Bjorn.Warvik@norconsult.com Norway, Bergen LOT-0000: Kile Solkraftverk - 2024 Construction work Norway, Innlandet (NO020) Sør-Fron Deadline for receipt of expressions of interest: 15/11/2024 - 11:00:00 (UTC) Deadline for receipt of tenders: 15/11/2024 - 11:00:00 (UTC) 629620-2024 - Competition Norway – Construction work – Kile Solkraftverk - 2024 OJ S 203/2024 17/10/2024 Contract notice – light regime - Change notice Works - Supplies 1. Buyer 1.1. Buyer Official name: Norconsult Norge AS Email: Ole.Bjorn.Warvik@norconsult.com 2. Procedure 2.1. Procedure Title: Kile Solkraftverk - 2024 Description: Innlandet Renewable As plans to construct a solar power plant in excess of 7 MWp. Procedure identifier: 7e9b42de-e620-4a1e-ad75-1501a0daeaa1 Internal identifier: 52301324 Type of procedure: Open Main features of the procedure: Open competition with negotiation 2.1.1. Purpose Main nature of the contract: Works Additional nature of the contract: Supplies Main classification (cpv): 45000000 Construction work Additional classification (cpv): 09300000 Electricity, heating, solar and nuclear energy, 09310000 Electricity, 09330000 Solar energy, 09331000 Solar panels, 09331200 Solar photovoltaic modules, 09332000 Solar installation, 71314000 Energy and related services 2.1.2. Place of performance Postal address: Kilevegen Town: Sør Fron Postcode: 2647 Country subdivision (NUTS): Innlandet (NO020) Country: Norway 2.1.4. General information Legal basis: Directive 2014/24/EU 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? 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: LOT-0000 Title: Kile Solkraftverk - 2024 Description: Innlandet Renewable As plans to construct a solar power plant in excess of 7 MWp. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Works Additional nature of the contract: Supplies Main classification (cpv): 45000000 Construction work Additional classification (cpv): 09300000 Electricity, heating, solar and nuclear energy, 09310000 Electricity, 09330000 Solar energy, 09331000 Solar panels, 09331200 Solar photovoltaic modules, 09332000 Solar installation, 71314000 Energy and related services 5.1.2. Place of performance Postal address: Kilevegen Town: Sør-Fron Postcode: 2647 Country subdivision (NUTS): Innlandet (NO020) Country: Norway 5.1.6. General information Reserved participation: Participation is not reserved. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Use of this criterion: Not used Criterion: Type: Technical and professional ability Use of this criterion: Not used 5.1.11. Procurement documents Deadline for requesting additional information: 23/10/2024 10:00:00 (UTC) Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=412077&B= 5.1.12. Terms of procurement Terms of submission: Languages in which tenders or requests to participate may be submitted: Norwegian Variants: Allowed Deadline for receipt of expressions of interest: 15/11/2024 11:00:00 (UTC) Deadline for receipt of tenders: 15/11/2024 11:00:00 (UTC) Deadline until which the tender must remain valid: 90 Days 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system Electronic auction: no 5.1.16. Further information, mediation and review Organisation receiving requests to participate: Norconsult Norge AS Organisation processing tenders: Norconsult Norge AS 8. Organisations 8.1. ORG-0001 Official name: Norconsult Norge AS Registration number: 962392687 Postal address: Valkendorfsgaten 6 Town: Bergen Postcode: 5012 Country: Norway Contact point: Ole Bjorn Warvik Email: Ole.Bjorn.Warvik@norconsult.com Telephone: +47 97553996 Buyer profile: https://eu.eu-supply.com/ctm/company/companyinformation/index/363817 Roles of this organisation: Buyer Organisation receiving requests to participate Organisation processing tenders 10. Change Version of the previous notice to be changed: a5d1b11e-bb0f-4f9d-8401-9982a018f726-01 10.1. Change Section identifier: LOT-0000 11. Notice information 11.1. Notice information Notice identifier/version: b9d833ed-71b1-42f4-bdf4-1c5d98b6a71d - 01 Form type: Competition Notice type: Contract notice – light regime Notice subtype: 20 Notice dispatch date: 16/10/2024 06:33:30 (UTC) Notice dispatch date (eSender): 16/10/2024 06:33:30 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 629620-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/629620-2024/pdf Danish document download: https://ted.europa.eu/da/notice/629620-2024/pdf German document download: https://ted.europa.eu/de/notice/629620-2024/pdf Greek document download: https://ted.europa.eu/el/notice/629620-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/629620-2024/pdf English document download: https://ted.europa.eu/en/notice/629620-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/629620-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/629620-2024/pdf French document download: https://ted.europa.eu/fr/notice/629620-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/629620-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/629620-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/629620-2024/pdf Italian document download: https://ted.europa.eu/it/notice/629620-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/629620-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/629620-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/629620-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/629620-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/629620-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/629620-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/629620-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/629620-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/629620-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/629620-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/629620-2024/pdf
NAICS
Soil Preparation Power Business All Other Professional Computing Infrastructure Providers Navigational Professional Justice Bolt Electric Power Transmission Copper Ventilation Religious Financial Transactions Processing Securities Plumbing Justice Other Professional Construction Turned Product and Screw Other Justice Measuring Agriculture Plumbing Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Ventilation Copper Construction Professional Process
CPVS
Earthmoving and excavating machinery, and associated parts Solar installation Iron, lead, zinc, tin and copper Profiles System, storage and content management software package Plants Mains Control, safety, signalling and light equipment Nuts Sections Construction, foundation and surface works for highways, roads Publications Control, safety or signalling equipment for inland waterways Wells construction work Lead Heating works Other community, social and personal services Control, safety or signalling equipment for parking facilities Construction work Command, control, communication systems Supports Electricity, heating, solar and nuclear energy Control, safety or signalling equipment for port installations Command, control, communication and computer systems Modules System, storage and content management software development services Nuclear, biological, chemical and radiological protection equipment Forms Pressure-reducing, control, check or safety valves Other services Panels Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Goods used in construction Electricity Architectural, construction, engineering and inspection services Solar energy Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Heating, ventilation and air-conditioning installation work Electronic, electromechanical and electrotechnical supplies Control, safety or signalling equipment for airports Dates
UNSPSC
Solar power plants Profiles Nuts Awards Business cases Co financing Case making services Securities Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe Western Europe
Sectors
Civil Works Building Non-Renewable Energy Solar Photovoltaic PV Energy Printing and Publishing Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Power Plant Building Material
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert