Framework agreement trade services electricians and fire alarms for Kongsvinger Housing Foundation 2025 - 2029

The Contracting Authority requests tenders for electro and fire alarm services. Mainly installation, service, maintenance and annual inspections, on electrical installations, fire alarms and emergency lights. The Contracting Authority requests tenders for electro and fire alarm services. Mainly installation, service, maintenance and annual inspections, on electrical installations, fire alarms and …

CPV: 45300000 Stavební montážní práce, 45310000 Elektroinstalační práce, 50700000 Opravy a údržba technických stavebních zařízení, 50710000 Opravy a údržba elektrických a mechanických domovních instalací
Termín:
18. června 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
Framework agreement trade services electricians and fire alarms for Kongsvinger Housing Foundation 2025 - 2029
Misto zadání:
Kongsvinger Boligstiftelse
Číslo zakázky:
01

1. Buyer

1.1 Buyer

Official name : Kongsvinger Boligstiftelse
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Housing and community amenities

2. Procedure

2.1 Procedure

Title : Framework agreement trade services electricians and fire alarms for Kongsvinger Housing Foundation 2025 - 2029
Description : The Contracting Authority requests tenders for electro and fire alarm services. Mainly installation, service, maintenance and annual inspections, on electrical installations, fire alarms and emergency lights.
Procedure identifier : 7ccd0019-764b-402f-baea-0b36247034ce
Internal identifier : 01
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Tenders can be submitted for parts of the assignment, i.e. tenders for the following parts: Sub-tender 1: Electrician Tender 2: Fire alarm procurement ́s expected extent over 4 years is estimated to be NOK 2,000,000. NOK 4,000,000 excluding VAT for lot 1 and NOK 200,000 excluding VAT. 2,000,000 for sub-tender 2.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations

2.1.2 Place of performance

Town : Kongsvinger
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act (LOA) LOV-2016-06-17-73 and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1).

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
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.
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.
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.
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?
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.
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?
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 set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement trade services electricians and fire alarms for Kongsvinger Housing Foundation 2025 - 2029
Description : The Contracting Authority requests tenders for electro and fire alarm services. Mainly installation, service, maintenance and annual inspections, on electrical installations, fire alarms and emergency lights.
Internal identifier : 01

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations

5.1.2 Place of performance

Town : Kongsvinger
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
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: 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.
Criterion : Enrolment in a relevant professional register
Description : Requirement: Tenderer for Sub-tender 1. The electrician shall be registered in the Central Electrical Enterprise Register. Documentation requirement: Documentation of qualification requirements in accordance with the "regulations on electrical companies and the qualification requirements for work connected to electrical installations and electrical equipment" chapters 3 § 6, 7, 9 and 10.
Criterion : Financial ratio
Description : Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: Credit rating based on the most recent financial figures. The rating shall be based on the last known accounting figures and it shall be carried out by a credit information company with licence to conduct this service.
Criterion : References on specified deliveries
Description : Requirement: Tenderers shall have experience from comparable contracts. Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments in the last 3 years, annex 5 - Reply form experience shall be completed. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description.
Criterion : Average yearly manpower
Description : Requirement: The tenderer shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Documentation requirement: Tenderers shall enclose a list of the average workforce and the number of employees in the management in the last 3 years.
Criterion : Relevant educational and professional qualifications
Description : Requirement: The tenderer ́s personnel shall have all the necessary authorisations, certificates, certificates of apprenticeship etc. that are necessary to manage and carry out the relevant work. There shall be at least 2 certificates of apprenticeship who can carry out the assignment/service. Documentation requirement: Information on the education and professional qualifications of the offered personnel who shall carry out the assignment is to be completed on the competence form, cf. Annex 7.
Criterion : Measures for ensuring quality
Description : Requirement: Tenderers shall have a good and well-functioning quality assurance system. Documentation requirement: Account for the tenderer ́s quality assurance system and procedures that document that the requirement is met.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Under this criteria: The offered price will be assessed. Price weighted 100% for sub-contract 1 Electricians.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Quality
Description : Under this criteria: Competence and experience will be assessed. The award criteria only applies to sub-contract 2 Fire alarms.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 11/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256670398.aspx

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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 18/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 18/06/2025 10:00 +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
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Glåmdal og Romerike Tingrett -
Review organisation : Sweco Norge AS (Hovedenhet) -
Information about review deadlines : See the tender documentation.
Organisation providing additional information about the procurement procedure : Sweco Norge AS (Hovedenhet) -

8. Organisations

8.1 ORG-0001

Official name : Sweco Norge AS (Hovedenhet)
Registration number : 967032271
Postal address : Drammensveien 260
Town : OSLO
Postcode : 0283
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Terje Øverby
Telephone : +47 67128000
Internet address : http://www.sweco.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Review organisation

8.1 ORG-0002

Official name : Kongsvinger Boligstiftelse
Registration number : 954825736
Postal address : Jenbanegata 13
Town : Kongsvinger
Postcode : 2211
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 81 75 73
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Glåmdal og Romerike Tingrett
Registration number : 926723863
Town : Kongsvinger
Postcode : 2211
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Mediation organisation
Notice information
Notice identifier/version : 3a6b944a-c33f-4dc3-9b43-d49bdb38a703 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/05/2025 11:33 +00:00
Notice dispatch date (eSender) : 14/05/2025 11:37 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00317203-2025
OJ S issue number : 94/2025
Publication date : 16/05/2025