Ausschreibung: Norwegen Rohrleitungen, Rohrleitungssysteme, Leitungen, Ummantelungen, Verrohrungen und zugehörige Artikel Procurement -Pipes and pipe parts Hareid, Sande, Sula, Giske and Sykkylven, 2026 - NOR-Ålesund Rohrleitungen, Rohrleitungssysteme, Leitungen, Ummantelungen, Verrohrungen und zugehörige Artikel Pipelines Rohrleitungssysteme Rohrleitungen und Formstücke Ummantelungen und Verrohrungen Verschiedene Rohrformstücke Dokument Nr...: 72590-2026 (ID: 2026020200492582684) Veröffentlicht: 02.02.2026 * NOR-Ålesund: Norwegen Rohrleitungen, Rohrleitungssysteme, Leitungen, Ummantelungen, Verrohrungen und zugehörige Artikel Procurement -Pipes and pipe parts Hareid, Sande, Sula, Giske and Sykkylven, 2026 2026/S 22/2026 72590 Norwegen Rohrleitungen, Rohrleitungssysteme, Leitungen, Ummantelungen, Verrohrungen und zugehörige Artikel Procurement - Pipes and pipe parts Hareid, Sande, Sula, Giske and Sykkylven, 2026 OJ S 22/2026 02/02/2026 Auftrags- oder Konzessionsbekanntmachung Standardregelung Lieferleistungen 1. Beschaffer 1.1. Beschaffer Offizielle Bezeichnung: Ålesund kommune E-Mail: Bente-Kristin.Rodland@alesund.kommune.no Rechtsform des Erwerbers: Von einer lokalen Gebietskörperschaft kontrollierte Einrichtung des öffentlichen Rechts Tätigkeit des öffentlichen Auftraggebers: Allgemeine öffentliche Verwaltung 2. Verfahren 2.1. Verfahren Titel: Procurement - Pipes and pipe parts Hareid, Sande, Sula, Giske and Sykkylven, 2026 Beschreibung: We would like to use the procurement to enter into a framework agreement with a tenderer. The objective of the agreement is to cover the contracting authority s need for pipes and pipe parts within water and sewage and HVAC and sanitation. The tenderer shall be a full assortment wholesaler of pipes and pipe fittings for use within water and sewage and HVAC and sanitation, in accordance with the requirement specifications. Comments on the contract: Plastic manholes and fittings for manholes are a part of the agreement. The contracting authority can bypass the contract with the procurement of concrete manholes. The customer can bypass the contract for major project deliveries. This is when the products pipes and pipe parts make up a minimum of NOK 300,000, excluding VAT. The customer can bypass the contract with special orders, i.e. orders that are made, adapted or ordered according to the customer s specific wishes or needs. The Customer can leave the contract if the tenderer cannot deliver within maximum delivery times in accordance with the requirement specifications. Delivery deviations from the tenderer can be regulated in accordance with the contract. The contracting authority can bypass the contract for the procurement of an entire pumping stations/pressure boosting station. The Customer can leave the contract outside the contract where pipes and pipe fittings are only a part of the assignment where other service providers are responsible for the execution. E.g. excavation assignments, plumbing assignments, procurement of fire hydrant, establishment of emergency power generators for pressure increase stations/pumping stations etc. The customer can leave the contract in critical situations where the customer cannot wait for parts if the tenderer does not have them at local stores/times of crisis. Kennung des Verfahrens: d12449ea-9ee6-444b-8b04-edfd3509e8b6 Interne Kennung: 26/1332 Verfahrensart: Offenes Verfahren Das Verfahren wird beschleunigt: nein Zentrale Elemente des Verfahrens: Open tender contest 2.1.1. Zweck Art des Auftrags: Lieferleistungen Haupteinstufung (cpv): 44160000 Rohrleitungen, Rohrleitungssysteme, Leitungen, Ummantelungen, Verrohrungen und zugehörige Artikel Zusätzliche Einstufung (cpv): 44161000 Pipelines, 44162000 Rohrleitungssysteme, 44163000 Rohrleitungen und Formstücke, 44164000 Ummantelungen und Verrohrungen, 44167000 Verschiedene Rohrformstücke 2.1.2. Erfüllungsort Land, Gliederung (NUTS): Møre og Romsdal (NO0A3) Land: Norwegen Zusätzliche Informationen: Contracting authority for the competition: Ålesund municipality Participants in this competition are the following and there will therefore be delivery to these municipalities. The Procurement Cooperation in Sunnmøre (municipality, including municipal companies in each municipality: Hareid Municipality Sande Municipality -Sula municipality. - Giske municipality. Sykkylven municipality 2.1.3. Wert Geschätzter Wert ohne MwSt.: 22 000 000,00 NOK Höchstwert der Rahmenvereinbarung: 30 000 000,00 NOK 2.1.4. Allgemeine Informationen Rechtsgrundlage: Richtlinie 2014/24/EU 2.1.6. Ausschlussgründe Quellen der Ausschlussgründe: Bekanntmachung Korruption: 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. Betrug: 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? Geldwäsche oder Terrorismusfinanzierung: 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? Beteiligung an einer kriminellen Vereinigung: 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) Terroristische Straftaten oder Straftaten im Zusammenhang mit terroristischen Aktivitäten: 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. Kinderarbeit und andere Formen des Menschenhandels: 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). Verstoß gegen umweltrechtliche Verpflichtungen: 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. Verstoß gegen arbeitsrechtliche Verpflichtungen: 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. Verstoß gegen sozialrechtliche Verpflichtungen: 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. Vereinbarungen mit anderen Wirtschaftsteilnehmern zur Verzerrung des Wettbewerbs: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition? Schwerwiegendes berufliches Fehlverhalten: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents. Täuschung, Zurückhaltung von Informationen, Unfähigkeit zur Vorlage erforderlicher Unterlagen oder Erlangung vertraulicher Informationen zu dem Verfahren: 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? Interessenkonflikt aufgrund seiner Teilnahme an dem Vergabeverfahren: Is the tenderer aware of a conflict of interest as stated in national law, the relevant notice or procurement documents? Direkte oder indirekte Beteiligung an der Vorbereitung des Vergabeverfahrens: 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? Vorzeitige Beendigung, Schadensersatz oder andere vergleichbare Sanktionen: 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? Verstoß gegen die Verpflichtung zur Entrichtung von Sozialversicherungsbeiträgen: 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? Verstoß gegen die Verpflichtung zur Entrichtung von Steuern: 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? Einstellung der gewerblichen Tätigkeit: Has the tenderer s business conduct been stopped? Konkurs: 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. Vergleichsverfahren: 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. Zahlungsunfähigkeit: 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. Verwaltung der Vermögenswerte durch einen Insolvenzverwalter: 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. Der Zahlungsunfähigkeit vergleichbare Lage gemäß nationaler Rechtsvorschriften: Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents. 5. Los 5.1. Los: LOT-0000 Titel: Procurement - Pipes and pipe parts Hareid, Sande, Sula, Giske and Sykkylven, 2026 Beschreibung: We would like to use the procurement to enter into a framework agreement with a tenderer. The objective of the agreement is to cover the contracting authority s need for pipes and pipe parts within water and sewage and HVAC and sanitation. The tenderer shall be a full assortment wholesaler of pipes and pipe fittings for use within water and sewage and HVAC and sanitation, in accordance with the requirement specifications. Comments on the contract: Plastic manholes and fittings for manholes are a part of the agreement. The contracting authority can bypass the contract with the procurement of concrete manholes. The customer can bypass the contract for major project deliveries. This is when the products pipes and pipe parts make up a minimum of NOK 300,000, excluding VAT. The customer can bypass the contract with special orders, i.e. orders that are made, adapted or ordered according to the customer s specific wishes or needs. The Customer can leave the contract if the tenderer cannot deliver within maximum delivery times in accordance with the requirement specifications. Delivery deviations from the tenderer can be regulated in accordance with the contract. The contracting authority can bypass the contract for the procurement of an entire pumping stations/pressure boosting station. The Customer can leave the contract outside the contract where pipes and pipe fittings are only a part of the assignment where other service providers are responsible for the execution. E.g. excavation assignments, plumbing assignments, procurement of fire hydrant, establishment of emergency power generators for pressure increase stations/pumping stations etc. The customer can leave the contract in critical situations where the customer cannot wait for parts if the tenderer does not have them at local stores/times of crisis. Interne Kennung: 26/1332 5.1.1. Zweck Art des Auftrags: Lieferleistungen Haupteinstufung (cpv): 44160000 Rohrleitungen, Rohrleitungssysteme, Leitungen, Ummantelungen, Verrohrungen und zugehörige Artikel Zusätzliche Einstufung (cpv): 44161000 Pipelines, 44162000 Rohrleitungssysteme, 44163000 Rohrleitungen und Formstücke, 44164000 Ummantelungen und Verrohrungen, 44167000 Verschiedene Rohrformstücke 5.1.2. Erfüllungsort Land, Gliederung (NUTS): Møre og Romsdal (NO0A3) Land: Norwegen Zusätzliche Informationen: Contracting authority for the competition: Ålesund municipality Participants in this competition are the following and there will therefore be delivery to these municipalities. The Procurement Cooperation in Sunnmøre (municipality, including municipal companies in each municipality: Hareid Municipality Sande Municipality -Sula municipality. - Giske municipality. Sykkylven municipality 5.1.3. Geschätzte Dauer Laufzeit: 2 Jahre 5.1.4. Verlängerung Maximale Verlängerungen: 2 Weitere Informationen zur Verlängerung: Renewal lenght is 12 months 5.1.5. Wert Geschätzter Wert ohne MwSt.: 22 000 000,00 NOK Höchstwert der Rahmenvereinbarung: 30 000 000,00 NOK 5.1.6. Allgemeine Informationen Vorbehaltene Teilnahme: Teilnahme ist nicht vorbehalten. Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen: ja Diese Auftragsvergabe ist auch für kleine und mittlere Unternehmen (KMU) geeignet: ja 5.1.9. Eignungskriterien Quellen der Auswahlkriterien: Bekanntmachung Kriterium: Eintragung in ein relevantes Berufsregister Beschreibung des Auswahlkriteriums: Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014 /24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Kriterium: Eintragung in das Handelsregister Beschreibung des Auswahlkriteriums: Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Kriterium: Genehmigung oder Mitgliedschaft in einer bestimmten Organisation erforderlich für Dienstleistungsverträge Beschreibung des Auswahlkriteriums: Is it necessary to have specific authorisation from a particular organisation in order to provide the service in the tenderer s home country? Kriterium: Genehmigung oder Mitgliedschaft in einer bestimmten Organisation erforderlich für Dienstleistungsverträge Beschreibung des Auswahlkriteriums: Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer s home country? Kriterium: Maßnahmen zur Sicherstellung der Qualität Beschreibung des Auswahlkriteriums: For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer s production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established. Kriterium: Muster, Beschreibungen oder Fotos ohne Echtheitszertifikat Beschreibung des Auswahlkriteriums: Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine. Kriterium: Muster, Beschreibungen oder Fotos mit Echtheitszertifikat für Lieferverträge Beschreibung des Auswahlkriteriums: When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine. Kriterium: Zertifikate von Qualitätskontrollinstituten Beschreibung des Auswahlkriteriums: Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these? Kriterium: Zertifikate von unabhängigen Stellen über Qualitätssicherungsstandards Beschreibung des Auswahlkriteriums: Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Kriterium: Zertifikate von unabhängigen Stellen über Umweltmanagementsysteme oder - standards Beschreibung des Auswahlkriteriums: Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Kriterium: Finanzkennzahlen Beschreibung des Auswahlkriteriums: Payment of tax, VAT and other public duties: This requirement only applies to Norwegian tenderers. Requirements: Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. Any arrears or other irregularities must be justified. Documentation requirement: Tenderers shall document the requirement through the certificate Information on tax and duties . The certificate shall be of the type RF-1507 and not RF- 1316 . Tenderers can order such a certificate from the Norwegian Tax Administration on behalf of their activities. Tenderers are asked to enclose the certificate in the tender or submit it on request. The tax certificate must not be older than six months calculated from the deadline for receipt of tenders. Read about the certificate here: https://www.skatteetaten.no /skjema/opplysninger-om-skatt-og-avgift/ Kriterium: Andere wirtschaftliche oder finanzielle Anforderungen Beschreibung des Auswahlkriteriums: Credit rating Requirements: Tenderers must have the financial capacity to execute the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet s service riskguardian suite (https://riskguardian.bisnode.no), or have the financial capacity to execute the contract based on the contracting authority s discretion. Documentation requirement: The Contracting Authority will carry out their own assessment of the supplier s finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than RiskGuardian Suite due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet s service Credit (https://credit.dnb.com/). Tenderers that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company s financial and economic position. Kriterium: Zertifikate von unabhängigen Stellen über Qualitätssicherungsstandards Beschreibung des Auswahlkriteriums: Quality assurance system and/or environmental management system: Requirements: Tenderers shall have a good and well functioning quality management system. Documentation requirement: A copy of a valid system certificate issued by an accredited certification body, or a brief description of the tenderer s system that shows that the requirement is met (maximum two A4 pages, table of contents will not be accepted). 5.1.10. Zuschlagskriterien Kriterium: Art: Preis Bezeichnung: Price Beschreibung: Orientation: Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition, including the procurement commission. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. If product lines in the price form are submitted blank/not filled in, they will be filled in with the highest unit price offered for this product line + 10%. If more than 5% of the product lines lack a price indication, it will be seen as a significant deviation and lead to a tender being rejected in it s entirety. Evaluation: When assessing the price, a hybrid model with break point 1 will be used. The attached template for the evaluation model is attached. The tenderer s total points for this award criteria is weighted with the award criteria s weighting percentage. Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau) Zuschlagskriterium Zahl: 80,00 Kriterium: Art: Qualität Bezeichnung: Implementation ability Beschreibung: Orientation: The tenderer is requested, under this award criteria, to respond to the following: Enclose a document describing whether the tenderer offers local stores/shops more places than the minimum requirement in any of the other participating municipalities. The minimum requirements for local stores/shops must be fulfilled as a minimum. The document shall have a maximum of 1 A4 page. Evaluation: This award criteria will be assessed based on the tenderer s description of the award criteria. A total procurement assessment of the described system will be carried out during the evaluation. Best solution will be awarded the highest score (10). Other solutions will be awarded a point score relative to the best solution. The tenderer s total points for this award criteria is weighted with the award criteria s weighting percentage. Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau) Zuschlagskriterium Zahl: 5,00 Kriterium: Art: Qualität Bezeichnung: Environment Beschreibung: Orientation: Environmentally friendly vehicles: Tenderers are paid to use euro class 6/VI biogas vehicles and/or zero emission vehicles in the contract period. In addition, some credit is given for hybrid technology on fossil cars. See the Excel annex List of vehicles for detailed information and how the award criteria are evaluated. NB! Only vehicles that shall actually be used for the agreement shall be given, and all vehicles that shall be used in the contract shall be stated. Tenderers are requested to enclose a completed List of vehicles. NOTE! If the form is missing/insufficient/wrong completion, deductions can be given for points or zero points. Evaluation: This award criteria will be assessed and evaluated based on the tenderer s completed annex List of Vehicles . Best solution will be awarded the highest score (10). Other solutions will be awarded a point score relative to the best solution. The tenderer s total points for this award criteria is weighted with the award criteria s weighting percentage. Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau) Zuschlagskriterium Zahl: 15,00 Kriterium: Art: Qualität Bezeichnung: Environment Beschreibung: The contracting authority uses the exclusion provisions in PPR § 7-9 fourth paragraph, and has replaced the award criteria in accordance with the second link with climate and environmental requirements in the requirement specification. It is considered clear that this gives a better climate and environmental effect, and this is justified below. The production of pipes and pipe parts is the element of the procurement that will clearly affect climate and the environment to the greatest degree. The tenderers in this procurement will be wholesalers who purchase and sell pipes and pipe parts. The contracting authority s assessment is that the supplier market is unable to provide good, verifiable and real environmental savings on the products that can be purchased for this procurement. Tenderers cannot, for example, document that the goods that the customer actually gets delivered provide the alleged environmental gains. Although manufacturers use some fossil-free raw material, suppliers cannot say exactly the products we buy through this procurement contains it. The contracting authority s assessment is that it is appropriate and appropriate to have requirements in the requirement specifications for having procedures and systems that ensure a low environmental impact, requirements for efficient transport and requirements regarding waste quantities and waste handling. It is considered that this clearly gives a better climate and environmental effect than when using award criteria. The contracting authority has, however, chosen to use the environment as the award criteria, but with a lower weight than 30%. The award criteria in this competition are counting for the use of environmentally friendly vehicles and weighted a total of 15 % Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau) Zuschlagskriterium Zahl: 0,00 5.1.11. Auftragsunterlagen Frist für die Anforderung zusätzlicher Informationen: 23/02/2026 23:00:00 (UTC+00:00) Westeuropäische Zeit, GMT Internetadresse der Auftragsunterlagen: https://tendsign.com/doc.aspx? MeFormsNoticeId=82402 5.1.12. Bedingungen für die Auftragsvergabe Bedingungen für die Einreichung: Elektronische Einreichung: Erforderlich Adresse für die Einreichung: https://tendsign.com/doc.aspx? MeFormsNoticeId=82402&GoTo=Tender Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Norwegisch Elektronischer Katalog: Zulässig Varianten: Nicht zulässig Die Bieter können mehrere Angebote einreichen: Zulässig Frist für den Eingang der Angebote: 04/03/2026 11:00:58 (UTC+00:00) Westeuropäische Zeit, GMT Dauer, während der das Angebot gültig bleiben muss: 91 Tage Informationen über die öffentliche Angebotsöffnung: Eröffnungstermin: 04/03/2026 11:05:00 (UTC+00:00) Westeuropäische Zeit, GMT Auftragsbedingungen: Die Auftragsausführung muss im Rahmen von Programmen für geschützte Beschäftigungsverhältnisse erfolgen: Nein Elektronische Rechnungsstellung: Erforderlich Aufträge werden elektronisch erteilt: ja Zahlungen werden elektronisch geleistet: ja 5.1.15. Techniken Rahmenvereinbarung: Rahmenvereinbarung ohne erneuten Aufruf zum Wettbewerb Höchstzahl der Teilnehmer: 1 Informationen über das dynamische Beschaffungssystem: Kein dynamisches Beschaffungssystem Elektronische Auktion: nein 5.1.16. Weitere Informationen, Schlichtung und Nachprüfung Überprüfungsstelle: Sunnmøre tingrett Informationen über die Überprüfungsfristen: In accordance with the regulations. 8. Organisationen 8.1. ORG-0001 Offizielle Bezeichnung: Ålesund kommune Registrierungsnummer: 929911709 Abteilung: Innkjøp Postanschrift: Keiser Wilhelms gate 11 Stadt: Ålesund Postleitzahl: 6003 Land, Gliederung (NUTS): Møre og Romsdal (NO0A3) Land: Norwegen Kontaktperson: Bente-Kristin Rødland E-Mail: Bente-Kristin.Rodland@alesund.kommune.no Telefon: +4770162000 Rollen dieser Organisation: Beschaffer Zentrale Beschaffungsstelle, die für andere Beschaffer bestimmte Lieferungen und/oder Dienstleistungen erwirbt Zentrale Beschaffungsstelle, die öffentliche Aufträge oder Rahmenvereinbarungen im Zusammenhang mit für andere Beschaffer bestimmten Bauleistungen, Lieferungen oder Dienstleistungen vergibt/abschließt 8.1. ORG-0002 Offizielle Bezeichnung: Sunnmøre tingrett Registrierungsnummer: 935365201 Postanschrift: Postboks 1354 Sentrum Stadt: Ålesund Postleitzahl: 6001 Land, Gliederung (NUTS): Møre og Romsdal (NO0A3) Land: Norwegen E-Mail: sunnmore.tingrett@domstol.no Telefon: 70 33 47 00 Internetadresse: https://www.domstol.no/no/domstoler/tingrett/sunnmore-tingrett/ Rollen dieser Organisation: Überprüfungsstelle Informationen zur Bekanntmachung Kennung/Fassung der Bekanntmachung: 0fd28329-808a-41c3-a735-53113ea87367 - 01 Formulartyp: Wettbewerb Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung Standardregelung Unterart der Bekanntmachung: 16 Datum der Übermittlung der Bekanntmachung: 30/01/2026 13:11:12 (UTC+00:00) Westeuropäische Zeit, GMT Bekanntmachung eSender-Übermittlungsdatum: 30/01/2026 13:21:55 (UTC+00:00) Westeuropäische Zeit, GMT Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch ABl. S Nummer der Ausgabe: 22/2026 Datum der Veröffentlichung: 02/02/2026 Referenzen: https://tendsign.com/doc.aspx?MeFormsNoticeId=82402 https://tendsign.com/doc.aspx?MeFormsNoticeId=82402&GoTo=Tender https://www.domstol.no/no/domstoler/tingrett/sunnmore-tingrett/ http://icc-hofmann.net/NewsTicker/202602/ausschreibung-72590-2026-NOR.txt -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de