Tradesman services - ventilation - for the municipalities in the Kongsvinger region 2025-2029

The contracting authority would like to enter into parallel framework agreements for the following assignments within ventilation: Maintenance measures, replacements and changes on existing buildings/installations, Reconstructions, The prompting assignments can be short or longer, individual jobs or several consecutive jobs. The contracting authority would like to enter into parallel framework …

CPV: 31160000 Teile von elektrischen Motoren, Generatoren und Transformatoren, 42124300 Teile für Luft- oder Vakuumpumpen sowie Luft- oder Gaskompressoren, 42500000 Kühl- und Lüftungseinrichtungen, 42520000 Lüftungsvorrichtungen, 45000000 Bauarbeiten, 45252123 Siebanlagen, 45330000 Installateurarbeiten, 45331000 Installation von Heizungs-, Lüftungs- und Klimaanlagen, 45331210 Installation von Lüftungsanlagen, 45331230 Installation von Kühlanlagen, 50000000 Reparatur- und Wartungsdienste, 50730000 Reparatur und Wartung von Kühlgruppen
Frist:
25. Juni 2025 21:59
Art der Frist:
Angebotsabgabe
Ausführungsort:
Tradesman services - ventilation - for the municipalities in the Kongsvinger region 2025-2029
Vergabestelle:
Regionalt Innkjøp i Kongsvingerregionen
Vergabenummer:
2025/2128

1. Buyer

1.1 Buyer

Official name : Regionalt Innkjøp i Kongsvingerregionen
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : GIVAS IKS
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Tradesman services - ventilation - for the municipalities in the Kongsvinger region 2025-2029
Description : The contracting authority would like to enter into parallel framework agreements for the following assignments within ventilation: Maintenance measures, replacements and changes on existing buildings/installations, Reconstructions, The prompting assignments can be short or longer, individual jobs or several consecutive jobs.
Procedure identifier : da188557-fbce-41e2-b6df-e13cfcdc093c
Internal identifier : 2025/2128
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : This procurement concerns ventilation installations, and the work assignments will mainly include: Work on ventilation installations. Adjustment of air amounts. Annual service or maintenance of ventilation installations upon request. The content/extent will be clarified with each customer, including whether channels shall be cleaned. Delivery of filters/belts and consumable parts for ventilation installations.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 31160000 Parts of electric motors, generators and transformers
Additional classification ( cpv ): 42124300 Parts of air or vacuum pumps, of air or gas compressors
Additional classification ( cpv ): 42500000 Cooling and ventilation equipment
Additional classification ( cpv ): 42520000 Ventilation equipment
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45252123 Screening installations
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45331000 Heating, ventilation and air-conditioning installation work
Additional classification ( cpv ): 45331210 Ventilation installation work
Additional classification ( cpv ): 45331230 Installation work of cooling equipment
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 21 200 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Open tender contest

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 : Tradesman services - ventilation - for the municipalities in the Kongsvinger region 2025-2029
Description : The contracting authority would like to enter into parallel framework agreements for the following assignments within ventilation: Maintenance measures, replacements and changes on existing buildings/installations, Reconstructions, The prompting assignments can be short or longer, individual jobs or several consecutive jobs.
Internal identifier : 2025/2128

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 31160000 Parts of electric motors, generators and transformers
Additional classification ( cpv ): 42124300 Parts of air or vacuum pumps, of air or gas compressors
Additional classification ( cpv ): 42500000 Cooling and ventilation equipment
Additional classification ( cpv ): 42520000 Ventilation equipment
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45252123 Screening installations
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45331000 Heating, ventilation and air-conditioning installation work
Additional classification ( cpv ): 45331210 Ventilation installation work
Additional classification ( cpv ): 45331230 Installation work of cooling equipment
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups

5.1.2 Place of performance

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 : 21 200 000 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) : yes
Information about previous notices :
Identifier of the previous notice : 263794-2025

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Qualification 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 - proof that the company is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : References on specified works
Description : Qualification requirement: Tenderers shall have experience from comparable contracts. Documentation requirement: Description of the tenderer ́s minimum 2 and maximum three most relevant assignments in the last 3 years, annex 6 - Experience Response Form must 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 : Qualification requirement: Tenderers shall have sufficient ability and capacity 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 : Technicians or technical bodies for quality control
Description : Qualification 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.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257774251.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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 25/06/2025 21:59 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 25/06/2025 21:59 +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, partly without reopening and partly with 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

Review organisation : Romerike og Glåmdal tingrett -
Information about review deadlines : The waiting period will be set for 10 calendar days calculated from the day after the notification on the chosen tenderer has been notified.
Organisation providing more information on the review procedures : Regionalt Innkjøp i Kongsvingerregionen -

8. Organisations

8.1 ORG-0001

Official name : Regionalt Innkjøp i Kongsvingerregionen
Registration number : 944117784
Postal address : Rådhusplassen 3
Town : KONGSVINGER
Postcode : 2212
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Yury Yarkov
Telephone : +47 62874000
Internet address : http://www.riik.no
Roles of this organisation :
Buyer
Group leader
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Eidskog kommune
Registration number : 964948054
Town : Skotterud
Postcode : 2230
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 83 36 00
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Kongsvinger kommune
Registration number : 944117784
Town : Kongsvinger
Postcode : 2212
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 87 40 00
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Nord-Odal kommune
Registration number : 964950768
Town : Sagstua
Postcode : 2120
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 97 81 00
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Sør-Odal kommune
Registration number : 964947716
Town : Skarnes
Postcode : 2100
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 96 80 00
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Våler kommune
Registration number : 871034222
Town : Våler i Solør
Postcode : 2436
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 42 40 00
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Åsnes kommune
Registration number : 964948232
Town : Flisa
Postcode : 2270
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 95 66 00
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Romerike og Glåmdal tingrett
Registration number : 926723863
Town : Kongsvinger
Postcode : 2211
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation

8.1 ORG-0009

Official name : Grue kommune
Registration number : 964948143
Town : Kirkenær
Postcode : 2261
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 94 20 00
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : GIVAS IKS
Registration number : 989016245
Town : Kongsvinger
Postcode : 2211
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 87 42 00
Roles of this organisation :
Buyer
Notice information
Notice identifier/version : a974a5bf-89af-4348-8f01-1802a3f5bbbc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/05/2025 07:32 +00:00
Notice dispatch date (eSender) : 31/05/2025 07:44 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00357906-2025
OJ S issue number : 105/2025
Publication date : 03/06/2025