Framework agreement for expert inspections, service and maintenance of cranes and other lifting equipment, Trondheim.

TRV Gruppen AS, hereafter called the Contracting Authority, invites tenderers to an open tender contest for the procurement of expert inspections, service and maintenance of cranes and other lifting equipment in Trondheim. TRV Gruppen AS, hereafter called the Contracting Authority, invites tenderers to an open tender contest for the procurement …

CPV: 50530000 Repair and maintenance services of machinery, 42416300 Hoists, 50531500 Repair and maintenance services of derricks, 71356100 Technical control services, 71630000 Technical inspection and testing services, 71631000 Technical inspection services, 71631100 Machinery-inspection services
Deadline:
Oct. 30, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement for expert inspections, service and maintenance of cranes and other lifting equipment, Trondheim.
Awarding body:
TRV Gruppen AS
Award number:
25/00188

1. Buyer

1.1 Buyer

Official name : TRV Gruppen AS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Trondheim Renholdsverk AS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Retura TRV
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for expert inspections, service and maintenance of cranes and other lifting equipment, Trondheim.
Description : TRV Gruppen AS, hereafter called the Contracting Authority, invites tenderers to an open tender contest for the procurement of expert inspections, service and maintenance of cranes and other lifting equipment in Trondheim.
Procedure identifier : 57ef8ce7-65ce-4281-be38-25831fe04e94
Internal identifier : 25/00188
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : TRV Gruppen AS intends to enter into a framework agreement with one qualified tenderer for services connected to control, service and maintenance of cranes and lifting equipment. The contract shall contribute to cost efficient, reliable and environmentally friendly execution of the following services: Annual expert inspection of crane and lifting equipment Preventative service and maintenance Repairs when needed The contract shall, in addition, include the delivery and replacement of the necessary spare parts, as well as all relevant equipment and materials included in maintenance and repair work. The agreement's overall aim is to ensure high operational security, compliance with applicable laws and regulations, as well as reduced environmental impact throughout the entire contract period. The group currently has a total of 14 crane cars available from the Kinshofer and Palfinger brands. The contracting authority reserves the right to change the number of contract objects during the contract period. This means that vehicles and equipment can both come and go, based on the group ́s operative needs and development.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50530000 Repair and maintenance services of machinery
Additional classification ( cpv ): 42416300 Hoists
Additional classification ( cpv ): 50531500 Repair and maintenance services of derricks
Additional classification ( cpv ): 71356100 Technical control services
Additional classification ( cpv ): 71630000 Technical inspection and testing services
Additional classification ( cpv ): 71631000 Technical inspection services
Additional classification ( cpv ): 71631100 Machinery-inspection services

2.1.2 Place of performance

Town : Heggstadmoen 53
Postcode : 7080
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
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 made in accordance with the Public Procurement Act dated 17 June 2016 no. 73 (LOA) and the public procurement regulations dated 18 August 2016 no. 974 (FOA) parts I and III, as well as the rules in this tender documentation.

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 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 : Framework agreement for expert inspections, service and maintenance of cranes and other lifting equipment, Trondheim.
Description : TRV Gruppen AS, hereafter called the Contracting Authority, invites tenderers to an open tender contest for the procurement of expert inspections, service and maintenance of cranes and other lifting equipment in Trondheim.
Internal identifier : 25/00188

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50530000 Repair and maintenance services of machinery
Additional classification ( cpv ): 42416300 Hoists
Additional classification ( cpv ): 50531500 Repair and maintenance services of derricks
Additional classification ( cpv ): 71356100 Technical control services
Additional classification ( cpv ): 71630000 Technical inspection and testing services
Additional classification ( cpv ): 71631000 Technical inspection services
Additional classification ( cpv ): 71631100 Machinery-inspection services
Options :
Description of the options : The framework agreement shall be signed for two years, with an option for an extension for 1+1 year. If the contracting authority gives no other notification, the contract will automatically be renewed for one year from Time. The maximum agreement period is four years.

5.1.2 Place of performance

Town : Heggstadmoen 53
Postcode : 7080
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
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. Minimum qualification requirements Tenderers shall be registered in a company register, professional register or a trade register in the country where the tenderer is established. Documentation requirement: Norwegian companies must submit a Company Registration Certificate. Foreign companies: Documentation that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
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 shall have solid finances which means that the tenderer shall be credit worthy without security. Documentation requirement: Credit rating of the tenderer, not older than six months calculated from the deadline for receipt of tenders. The result of the credit rating must be given as a graded value. (letters or numbers) on a defined scale (minimum A or equivalent). Credit rating shall include an assessment of the tenderer's payment history/reliability.
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 Tenderers shall have good experience with service design within expert inspections, service and maintenance of cranes and any other lifting equipment. Documentation requirement: Description of the tenderer's most relevant contracts in the course of the last 3 years. Annex - Experience from comparable assignments is to be completed and enclosed.
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Tenderers shall have a system and routines for reducing the most important environmental impact from their activities and shall use environmental management measures throughout the contract period. It is therefore a requirement that the company has an environmental management system in accordance with. ISO 14001 (for example: Miljøfyrtårn or EMAS) is certified with an environmental management standard (ISO 14001) or equivalent. Documentation requirement: Tenderers shall complete Annex x - Environmental Self-Declaration. If the entire company is environmentally labelled with a type 1 environmental label, such as the Swan Ecolabel or equivalent, this is also approved as documentation of this requirement. Point 1 in Annex 2 - Environmental Self-Declaration shall be completed for the environmental marking, with the name of certification and licence number for this, and proof of certification shall be enclosed with the tender.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements If using sub-suppliers, the tenderer shall have a binding cooperation relationship. Documentation requirement: A signed commitment statement, see the annex.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Tenderers shall have a well-functioning quality assurance system that covers the activities included in the agreement. Documentation requirement: A copy of a certificate issued by an independent body that confirms that the tenderer fulfils the quality assurance standard NS-EN ISO 9001:2015 or equivalent certificates. If a tenderer is not certified, documentation shall be given. that he has a good and well functioning quality assurance system.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 23/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/261400320.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 : 30/10/2025 11:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 30/10/2025 11:00 +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 : 20
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett
Information about review deadlines : Appeals to the contracting authority: The complaint can be submitted during the waiting period, which is the time between the notification of the contract award and the date the contracting authority can enter into a contract at the earliest. Appeals to the Appeals Board for public procurements (KOFA) are determined in the Regulations on appeals for public procurements§6.

8. Organisations

8.1 ORG-0001

Official name : TRV Gruppen AS
Registration number : 984024924
Postal address : Heggstadmoen 53
Town : Heimdal
Postcode : 7080
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Janne Slåli
Telephone : +4795199370
Internet address : http://trvgruppen.no
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Trondheim Renholdsverk AS
Registration number : 988964573
Postal address : Heggstadmoen 53
Town : Heimdal
Postcode : 7080
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : +47 91 75 40 00
Internet address : https://www.trv.no
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Trøndelag tingrett
Registration number : 926 722 794
Town : Pb2317, Torgarden
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Roles of this organisation :
Review organisation

8.1 ORG-0004

Official name : Retura TRV
Registration number : 988517054
Postal address : Heggstadmoen 53
Town : Heggstadmoen 53
Postcode : 7080
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72540510
Roles of this organisation :
Buyer

Notice information

Notice identifier/version : 0af76535-18cc-4d97-a7fc-52d81e5b57d8 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/09/2025 11:39 +00:00
Notice dispatch date (eSender) : 19/09/2025 11:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00617716-2025
OJ S issue number : 181/2025
Publication date : 22/09/2025