Fire preventative electrical inspections

The aim of the procurement is to enter into an ongoing service contract with a tenderer to cover Boligbygg ́s need for fire prevention electrical inspections. The contract also includes closing minor deviations, reporting and any relevant additional services. A total of approx. 6,000 flats in approx. 150 properties will …

CPV: 51110000 Installation von elektrischen Einrichtungen, 45315000 Heizungs- und sonstige Elektroinstallationen in Gebäuden, 45315100 Elektrotechnikinstallation, 45317300 Elektroinstallationsarbeiten für Stromverteilungsanlagen, 51000000 Installation (außer Software), 51100000 Installation von elektrischen und mechanischen Einrichtungen
Frist:
13. November 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Fire preventative electrical inspections
Vergabestelle:
Oslo kommune v/ Boligbygg Oslo KF
Vergabenummer:
25/2338

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Boligbygg Oslo KF
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Housing and community amenities

2. Procedure

2.1 Procedure

Title : Fire preventative electrical inspections
Description : The aim of the procurement is to enter into an ongoing service contract with a tenderer to cover Boligbygg ́s need for fire prevention electrical inspections. The contract also includes closing minor deviations, reporting and any relevant additional services. A total of approx. 6,000 flats in approx. 150 properties will be included in the assignment. It is a goal that all the flats shall be inspected approx. every 5 years. The number of flats that are controlled per annum will vary. Boligbygg will prioritise the order of the control itself. Periodic routines will be established in Boligbygg ́s FDVU system so that the contractor has a predictability in the execution of the assignment. The properties are mainly residential properties, and some business parts. The contracting authority intends to enter into a contract with one tenderer.
Procedure identifier : 2dfb27a1-86ca-41e7-9273-0c4d54886575
Internal identifier : 25/2338
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51110000 Installation services of electrical equipment
Additional classification ( cpv ): 45315000 Electrical installation work of heating and other electrical building-equipment
Additional classification ( cpv ): 45315100 Electrical engineering installation works
Additional classification ( cpv ): 45317300 Electrical installation work of electrical distribution apparatus
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Fire preventative electrical inspections
Description : The aim of the procurement is to enter into an ongoing service contract with a tenderer to cover Boligbygg ́s need for fire prevention electrical inspections. The contract also includes closing minor deviations, reporting and any relevant additional services. A total of approx. 6,000 flats in approx. 150 properties will be included in the assignment. It is a goal that all the flats shall be inspected approx. every 5 years. The number of flats that are controlled per annum will vary. Boligbygg will prioritise the order of the control itself. Periodic routines will be established in Boligbygg ́s FDVU system so that the contractor has a predictability in the execution of the assignment. The properties are mainly residential properties, and some business parts. The contracting authority intends to enter into a contract with one tenderer.
Internal identifier : 25/2338

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51110000 Installation services of electrical equipment
Additional classification ( cpv ): 45315000 Electrical installation work of heating and other electrical building-equipment
Additional classification ( cpv ): 45315100 Electrical engineering installation works
Additional classification ( cpv ): 45317300 Electrical installation work of electrical distribution apparatus
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Options :
Description of the options : The contract will be valid for two years from when the contract is signed. The contracting authority has an option to extend the contract for a further one year at a time up to four times (1+1+1+1 years) on unchanged terms.

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 4
Other information about renewals : The contract will be valid for two years from when the contract is signed. The contracting authority has an option to extend the contract for a further one year at a time up to four times (1+1+1+1 years) on unchanged terms.

5.1.5 Value

Estimated value excluding VAT : 30 000 000 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 : European Single Procurement Document (ESPD), Notice, Procurement Document
Criterion : Enrolment in a trade register
Description : Tenderers shall be a legally established company, c.f. the tender documentation point 4.2.1.
Criterion : Enrolment in a relevant professional register
Description : Tenderers shall be registered in the Electrical Enterprise Register, c.f. the tender documentation point 4.2.1.
Criterion : Other economic or financial requirements
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contract, c.f. the tender documentation point 4.2.2.
Criterion : References on specified services
Description : Tenderers shall have experience from equivalent assignments, c.f. the tender documentation point 4.2.3.
Criterion : Measures for ensuring quality
Description : Tenderers shall have a relevant quality assurance system for the content of the contract, cf. the tender documentation point 4.2.3.
Criterion : Environmental management measures
Description : Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract ́s environmental provisions (see contract point 10), cf. the tender documentation point 4.2.3.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The prices shall be stated in Annex 6 Price Form. All prices shall be exclusive of VAT. All items must be answered and missing replies can lead to rejection.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Assignment comprehension
Description : The tenderer ́s organisation and plan for the execution of the assignment. The tenderer shall provide a maximum assignment comprehension of 1,500 words (maximum three pages) in Word format (excluding the front page, any pictures, tables, and figures). Assignment comprehension that exceeds this limit word will get withdrawals in the evaluation. This ought to be stated, among other things: - How the tenderer envisages solving the assignment, in particular as regards manpower and logistics, in order to ensure the most appropriate and efficient execution of the assignments. Examples and descriptions of controls shall be provided. Complete check-lists shall also be delivered. What challenges the tenderer envisages may arise and how these are intended to be solved, especially as regards coordination of assignments, resident handling and HSE.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60

5.1.11 Procurement documents

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 13/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 81 Day
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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Information about review deadlines : See the tender documentation.
Organisation receiving requests to participate : Oslo kommune v/ Boligbygg Oslo KF
Organisation processing tenders : Oslo kommune v/ Boligbygg Oslo KF

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Boligbygg Oslo KF
Registration number : 974 780 747
Postal address : Postboks 1192 Sentrum
Town : Oslo
Postcode : 0107
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Fredrik Agdestein
Telephone : +47 45431430
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : d01fd7ff-eb59-4fb0-9fdc-e22caec77b9d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/10/2025 11:14 +00:00
Notice dispatch date (eSender) : 13/10/2025 14:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00678773-2025
OJ S issue number : 198/2025
Publication date : 15/10/2025