Tender Details
Title
Norway – Energy-management services – ANSK-24-0256 Continual service contract portfolio management and delivery of electricity. Place of performance: Anywhere in the European Economic Area Main nature of the contract: Services Official name: UNIVERSITETET I BERGEN Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation
Country
Language
English
Organization
Published Date
03.06.2024
Deadline Date
03.07.2024
Overview
326323-2024 - Competition Competition Norway: Energy-management services ANSK-24-0256 Continual service contract portfolio management and delivery of electricity. Anywhere in the European Economic Area Estimated value excluding VAT: 450 000 000,00 NOK Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation Buyer Buyer: UNIVERSITETET I BERGEN Norway, BERGEN LOT-0000: ANSK-24-0256 Continual service contract portfolio management and delivery of electricity. Energy-management services Anywhere in the European Economic Area Start date: 30/09/2024 Duration end date: 29/09/2028 Estimated value excluding VAT: 450 000 000,00 NOK Deadline for receipt of requests to participate: 03/07/2024 - 08:00:58 (UTC) 326323-2024 - Competition Norway – Energy-management services – ANSK-24-0256 Continual service contract portfolio management and delivery of electricity. OJ S 106/2024 03/06/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: UNIVERSITETET I BERGEN Legal type of the buyer: Public undertaking, controlled by a central government authority Activity of the contracting authority: Education 2. Procedure 2.1. Procedure Title: ANSK-24-0256 Continual service contract portfolio management and delivery of electricity. Description: UiB shall procure a service contract for portfolio management and delivery of electricity. The objective of the procurement is to ensure UiB an optimal contract for portfolio management of electrical energy, both as well as administration and price terms. Procedure identifier: 64c9d75d-4221-47ea-a188-09679046cac9 Internal identifier: ANSK-24-0256 Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71314200 Energy-management services Additional classification (cpv): 09300000 Electricity, heating, solar and nuclear energy, 66000000 Financial and insurance services, 66140000 Portfolio management services, 71314000 Energy and related services 2.1.2. Place of performance Anywhere in the European Economic Area 2.1.3. Value Estimated value excluding VAT: 450 000 000,00 NOK 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: 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? Purely national exclusion grounds: See the tender documentation (structured document). 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: ANSK-24-0256 Continual service contract portfolio management and delivery of electricity. Description: UiB shall procure a service contract for portfolio management and delivery of electricity. The objective of the procurement is to ensure UiB an optimal contract for portfolio management of electrical energy, both as well as administration and price terms. Internal identifier: ANSK-24-0256 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71314200 Energy-management services Additional classification (cpv): 09300000 Electricity, heating, solar and nuclear energy, 66000000 Financial and insurance services, 66140000 Portfolio management services, 71314000 Energy and related services Options: Description of the options: See Annex 05 for a description of the options. 5.1.2. Place of performance Anywhere in the European Economic Area 5.1.3. Estimated duration Start date: 30/09/2024 Duration end date: 29/09/2028 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: The contract will be valid for 4 years from 01.10.2024. The Contracting Authority has the option to extend the contract for a further up to 2+2 years (a total of 8 years). 5.1.5. Value Estimated value excluding VAT: 450 000 000,00 NOK 5.1.6. General information Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Tender requirement Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA) 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Economic and financial capacity Description: Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirement: Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company. who have a licence to operate such Business. 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. Use of this criterion: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registrations, authorisations, etc. Description: Requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Norwegian companies: e Proof or Company Registration Certificate. Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registrations, authorisations, etc. Description: Requirement: Tenderers shall have valid certification for the implementation of electricity products on Nord Pool AS and Nasdaq OMX Commodities. Documentation requirement: Valid certification/documentation for the trade of electricity products at Nord Pool AS and Nasdaq OMX Commodities. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Technical and professional qualifications Description: Requirement: The tenderer shall have experience from similar assignments. Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments during the last 3 Years. The description must include statement of the assignment's value, content, date of delivery or execution and recipient (name and contact information). It is the tenderer ́s responsibility to document relevance through the description. Use of this criterion: Used Information about the second stage of a two-stage procedure: The procedure will take place in successive stages. At each stage, some participants may be eliminated The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations 5.1.10. Award criteria Criterion: Type: Quality Name: Quality Description: See the tender documentation for further information. Weight (percentage, exact): 80 Criterion: Type: Price Name: Price Description: See the tender documentation for further information. Weight (percentage, exact): 20 5.1.11. Procurement documents Deadline for requesting additional information: 23/06/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=22028 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=22028&GoTo=Tender 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: 03/07/2024 08:00:58 (UTC) Terms of contract: Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Hordaland tingrett 8. Organisations 8.1. ORG-0001 Official name: UNIVERSITETET I BERGEN Registration number: 874789542 Department: Seksjon for innkjøp Postal address: Postboks 7800 Town: BERGEN Postcode: 5020 Country: Norway Contact point: Stine Jørgensen Bjarnar Email: Stine.Bjarnar@uib.no Telephone: +47 55 58 00 00 Internet address: http://www.uib.no/ Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Hordaland tingrett Registration number: 926 723 367 Postal address: Postboks 7412 Town: Bergen Postcode: 5020 Country subdivision (NUTS): Vestland (NO0A2) Country: Norway Email: hordaland.tingrett@domstol.no Telephone: 55 69 97 00 Internet address: https://www.domstol.no/no/domstoler/tingrett/hordaland-tingrett/ Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 7b7b6e43-faf6-4d00-97f3-7f1595c93770 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 31/05/2024 11:36:37 (UTC) Notice dispatch date (eSender): 31/05/2024 11:36:42 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 326323-2024 OJ S issue number: 106/2024 Publication date: 03/06/2024 Czech document download: https://ted.europa.eu/cs/notice/326323-2024/pdf Danish document download: https://ted.europa.eu/da/notice/326323-2024/pdf German document download: https://ted.europa.eu/de/notice/326323-2024/pdf Greek document download: https://ted.europa.eu/el/notice/326323-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/326323-2024/pdf English document download: https://ted.europa.eu/en/notice/326323-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/326323-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/326323-2024/pdf French document download: https://ted.europa.eu/fr/notice/326323-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/326323-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/326323-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/326323-2024/pdf Italian document download: https://ted.europa.eu/it/notice/326323-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/326323-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/326323-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/326323-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/326323-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/326323-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/326323-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/326323-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/326323-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/326323-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/326323-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/326323-2024/pdf
NAICS
Business All Other Professional Computing Infrastructure Providers Navigational Professional Justice Bolt Electric Power Transmission Other Foundation Copper Other Foundation Ventilation Religious Financial Transactions Processing Securities Plumbing Justice Other Professional Turned Product and Screw Other Justice Measuring Plumbing Navigational Financial Transactions Processing Foundation Other Similar Organizations (except Business All Other Professional Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Ventilation Copper Professional Process Funds
CPVS
Parts of structures Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper System, storage and content management software package Mains Control, safety, signalling and light equipment Nuts Lavatory seats, covers, bowls and cisterns Publications Control, safety or signalling equipment for inland waterways Lead Heating works Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Structures and parts Electricity, heating, solar and nuclear energy Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Nuclear, biological, chemical and radiological protection equipment Forms Vats Pressure-reducing, control, check or safety valves Catalogues Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Electrical, electromagnetic and mechanical treatment Electricity 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
Nuts Awards Business cases Co financing Case making services Financial Instruments, Products, Contracts and Agreements Securities Suction pump, electrical
Regions
Europe Northern Europe Western Europe
Sectors
Non-Renewable Energy Energy Oil and Gas Services Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables
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