Open tender contest for framework agreement ventilation for Averøy municipality

Averøy municipality would like to collect tenders for the establishment of a framework agreement for ventilation installations, including refrigeration installations for all municipal plants/buildings, except the facilities that have a service agreement during the guarantee period. The contract includes annual services, repairs and replacements of existing installations. Averøy municipality would …

CPV: 50800000 Různé opravy a údržba, 50700000 Opravy a údržba technických stavebních zařízení
Termín:
8. září 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
Open tender contest for framework agreement ventilation for Averøy municipality
Misto zadání:
Averøy kommune
Číslo zakázky:
25/01734

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Open tender contest for framework agreement ventilation for Averøy municipality
Description : Averøy municipality would like to collect tenders for the establishment of a framework agreement for ventilation installations, including refrigeration installations for all municipal plants/buildings, except the facilities that have a service agreement during the guarantee period. The contract includes annual services, repairs and replacements of existing installations.
Procedure identifier : 27001a20-68b8-441e-8f36-52a81b5cf9c1
Internal identifier : 25/01734
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Averøy municipality would like to collect tenders for the establishment of a framework agreement for ventilation installations, including refrigeration installations for all municipal plants/buildings, except the facilities that have a service agreement during the guarantee period. The contract is for annual services, repairs and replacements of existing installations.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations

2.1.2 Place of performance

Town : Averøy
Postcode : 6530
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : Averøy municipality

2.1.3 Value

Estimated value excluding VAT : 4 800 000 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 of 17 June 2016 (LOA) 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).
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.
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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Open tender contest for framework agreement ventilation for Averøy municipality
Description : Averøy municipality would like to collect tenders for the establishment of a framework agreement for ventilation installations, including refrigeration installations for all municipal plants/buildings, except the facilities that have a service agreement during the guarantee period. The contract includes annual services, repairs and replacements of existing installations.
Internal identifier : 25/01734

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations

5.1.2 Place of performance

Town : Averøy
Postcode : 6530
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : Averøy municipality

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 4 800 000 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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : 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.
Criterion : Enrolment in a trade register
Description : 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.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers must have good economic and financial strength in relation to their operations in general and in relation to the nature of this procurement. A minimum overall credit rating character of A (credit worthy) or better is required, as described in Bisnode Creditpro's rating.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements The tenderer shall have documented experience from comparable assignments, defined as service on ventilation systems, including special experience with ventilation in the water park and swimming pools.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Personnel who carry out service for cooling installations in connection with the ventilation shall be certified in accordance with the F-gas regulation (EU) no. 517/2014. At least one such certified person shall be a part of the daily, executing personnel.
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements Tenderers shall have sufficient implementation ability and the capacity to carry out the assignment. This includes the establishment of an organisation with relevant competence.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 29/08/2025 13:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/262142228.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
Variants : Not allowed
Deadline for receipt of tenders : 08/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 08/09/2025 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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : yes

5.1.16 Further information, mediation and review

Review organisation : Nordmøre og Romsdal tingrett
Information about review deadlines : Ten Days
Organisation receiving requests to participate : Averøy kommune
Organisation processing tenders : Averøy kommune

8. Organisations

8.1 ORG-0001

Official name : Averøy kommune
Registration number : 962378064
Postal address : Bruhagen
Town : AVERØY
Postcode : 6538
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Rolandas Uoslys
Telephone : +47 71513500
Fax : +47 71513599
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Nordmøre og Romsdal tingrett
Registration number : 935365120
Department : Kristiansund
Postal address : Storgata 43
Town : Kristiansund
Postcode : 6508
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 217756c7-6d6b-4b98-9432-92fcc0dabcea - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/07/2025 09:16 +00:00
Notice dispatch date (eSender) : 31/07/2025 09:19 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00505263-2025
OJ S issue number : 146/2025
Publication date : 01/08/2025