R0005EBE - Framework agreement inspection of fasteners

The Agency for Buildings and Property (EBE) manages approx. 1.2 million m2 buildings and is tasked with covering Bergen municipality ́s need for premises. The total property mass is divided between 8 districts. Most of the properties consist of approx. 100 schools and 60 nurseries. In addition there will be …

CPV: 44500000 Tools, locks, keys, hinges, fasteners, chain and springs, 50700000 Repair and maintenance services of building installations, 71000000 Architectural, construction, engineering and inspection services, 71500000 Construction-related services, 71700000 Monitoring and control services
Deadline:
Aug. 21, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
R0005EBE - Framework agreement inspection of fasteners
Awarding body:
Bergen kommune - Etat for bygg og eiendom
Award number:
2025/181685

1. Buyer

1.1 Buyer

Official name : Bergen kommune - Etat for bygg og eiendom
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 : R0005EBE - Framework agreement inspection of fasteners
Description : The Agency for Buildings and Property (EBE) manages approx. 1.2 million m2 buildings and is tasked with covering Bergen municipality ́s need for premises. The total property mass is divided between 8 districts. Most of the properties consist of approx. 100 schools and 60 nurseries. In addition there will be nursing homes, administration buildings and sports facilities. Bergen municipality, c/o EBE, intends to enter into a framework agreement as soon as possible with a tenderer for both ordinary (expert) and expert inspections of fasteners, as well as assembly of new sports equipment as needed. The contract is meant to cover the need in the buildings that are always managed by the Agency for Buildings and Property, but other departments will also be able to use the framework agreement as needed. The framework agreement comprises annual inspections (safety and condition evaluation) and maintenance of fasteners on fixed equipment indoor in gym halls, sports facilities, swimming pools and cultural halls, as well as inspections of fasteners for fixed fall protection equipment on the roof. Emphasis is put on the fact that the inspections apply to the actual fastening devices, and not to control the equipment itself. e.g. the marking of equipment, or loose measurements shall not be checked, and only the fastening device shall be checked on fixed targets. Maintenance means replacing wearing parts and repairs and repairs of errors and defects in fasteners. The Children's Urban Environment Agency currently carries out ordinary inspections of sports equipment and other fixed equipment outdoors in municipal playgrounds, schools and nurseries, with the exception of climbing walls over 3 metres, where inspections shall be included in this agreement. See Annex 4A Price Form for a more detailed overview of the systems operated by EBE. The estimated contract value is NOK 12 million excluding VAT over 4 years. The upper limit for the call-offs on the framework agreement is NOK 14 million excluding VAT over 4 years.
Procedure identifier : d45ea561-b5e9-402d-9552-d75fa5088e2a
Internal identifier : 2025/181685
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The objective of the framework agreement is to ensure systematic internal control (cf. the Internal Control Regulations) when using fixed sports equipment, lifting and sliding walls, requirements for expert inspections of work equipment (studio and stage rigs), water purge courts and fixed safety equipment on roofs, cf. regulations on the execution of work (chapters 13 and 17), as well as ensure the safety of the users of the equipment/buildings. The inspections mainly comprise the following assignments: Inspections of indoor fasteners (in sports halls/gym halls/fitness rooms/swimming pools), and outdoor (only for climbing walls over 3 m), including fasteners on the following equipment: Lowering sports equipmentBommer, gymnastics, slings, punching bags etc., including wires, chains, rods etc. Climbing rope etc., Ribbed wallsBulding walls and climbing walls indoors and climbing walls over 3 m outdoor (the entire construction) Fasteners on handball/football/volleyball equipment, both in use and for storage, including the floor bracketBasketball baskets Groomers (ropes with pulleys and connections connected to the belt, for use in advanced diving training) Ordinary inspections of water tools, including independent third-party inspections of water tools over 2 metres (expert inspection)Protection network/grids/fuse (for fixtures, windows, lighting and ventilation)Other relevant fixed equipment Wall and floor brackets for equipment not in use during operation Date of inspection: Lifting and sliding walls: Control and any added screws for fixing the roof construction Lubrication of storages on the lifting shaft and any other movable points Control and any stretching of shackles, wire clamps, steel clamps etc. Control and any replacement of hoisting band or lifting wire Adjustment of end stops up/down for the wall Control and any replacement of bolts and pulleys in the lift axle Control of fixings and joins on the sound traps in the wall and roof Control of the motor for fixing, moving parts and any oil boxes. The list above is not exhaustive. Studio and stage rigging Expert inspection of work equipment as specified in §13-1 in the regulations on execution of work, carried out in accordance with requirements in chapter 13.Fixed fall safety equipment for roof control of fasteners on fixed fall safety equipment Agreement, the delivery of products that are necessary for repairing and maintaining the equipment included in the agreement, including pulleys, cables, wheels etc. The overview of the equipment and buildings is not exhaustive and it can be subject to supplements and changes during the contract period. Ordinary inspections are mainly carried out for some installations by own operational personnel, including i.a. other things for ADO. The contract will also include assembly of new sports equipment in EBE ́s locations. Bergen municipality has entered into a separate framework agreement for the procurement of sports equipment, which does not include assembly, and EBE would like tenderers in this agreement (control and maintenance of fasteners) to assist in assembling new equipment as needed, if internal resources e.g. do not have the capacity, competence or aids to assemble the equipment themselves. The agreement does not, therefore, include the purchase of new sports equipment, but the assembly of already procured equipment.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 44500000 Tools, locks, keys, hinges, fasteners, chain and springs
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71700000 Monitoring and control services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : Bergen municipality

2.1.3 Value

Estimated value excluding VAT : 14 000 000 Norwegian krone
Maximum value of the framework agreement : 14 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the provision in the Procurement Act and the procurement regulations, parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, which means that all interested tenderers can submit a tender. Tenders cannot be negotiated or amended after the tender deadline has expired in this competition.

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 : R0005EBE - Framework agreement inspection of fasteners
Description : The Agency for Buildings and Property (EBE) manages approx. 1.2 million m2 buildings and is tasked with covering Bergen municipality ́s need for premises. The total property mass is divided between 8 districts. Most of the properties consist of approx. 100 schools and 60 nurseries. In addition there will be nursing homes, administration buildings and sports facilities. Bergen municipality, c/o EBE, intends to enter into a framework agreement as soon as possible with a tenderer for both ordinary (expert) and expert inspections of fasteners, as well as assembly of new sports equipment as needed. The contract is meant to cover the need in the buildings that are always managed by the Agency for Buildings and Property, but other departments will also be able to use the framework agreement as needed. The framework agreement comprises annual inspections (safety and condition evaluation) and maintenance of fasteners on fixed equipment indoor in gym halls, sports facilities, swimming pools and cultural halls, as well as inspections of fasteners for fixed fall protection equipment on the roof. Emphasis is put on the fact that the inspections apply to the actual fastening devices, and not to control the equipment itself. e.g. the marking of equipment, or loose measurements shall not be checked, and only the fastening device shall be checked on fixed targets. Maintenance means replacing wearing parts and repairs and repairs of errors and defects in fasteners. The Children's Urban Environment Agency currently carries out ordinary inspections of sports equipment and other fixed equipment outdoors in municipal playgrounds, schools and nurseries, with the exception of climbing walls over 3 metres, where inspections shall be included in this agreement. See Annex 4A Price Form for a more detailed overview of the systems operated by EBE. The estimated contract value is NOK 12 million excluding VAT over 4 years. The upper limit for the call-offs on the framework agreement is NOK 14 million excluding VAT over 4 years.
Internal identifier : 2025/181685

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 44500000 Tools, locks, keys, hinges, fasteners, chain and springs
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71700000 Monitoring and control services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : Bergen municipality

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 14 000 000 Norwegian krone
Maximum value of the framework agreement : 14 000 000 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

5.1.7 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. Minimum qualification requirements Requirement for an expert company. Tenderers must be a certified expert company within studio and stage rigging (SX) in order to carry out expert inspections, cf. the regulations on administrative schemes § 8-6 "Requirement for expert activities that shall inspect work equipment". Documentation: Certificate for expert activities within studio and stage rigging.
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 a legally registered company. Documentation: Documentation: Documentation must not be enclosed for tenderers registered in the Norwegian Register of Units. The contracting authority will check the registration by using the organisation number stated in the tenderer ́s Mercell profile. Tenderers who are not registered in the above register must present a certificate or confirmation (equivalent company registration certificate) for registration in a trade or business register as prescribed by the law of the country where the tenderer is established. Such a certificate shall not be issued more than six months before the tender deadline.
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 sufficient economic and financial capacity to be able to fulfil the contract. The tenderer is required to have a minimum rating C (Moderate risk) in the credit company Creditsafe. Documentation: The contracting authority will check a credit rating carried out by the credit company Creditsafe, so the tenderer does not need to enclose their own credit rating. Newly established tenderers can submit a bank statement as proof of credit worthiness. If the tenderer is not registered in Creditsafe ́s registers, the company ́s last two auditor approved annual accounts shall be submitted upon request. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be submitted with the tender. The qualification requirement shall be fulfilled by the tender deadline date.
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 and relevant experience. The experience shall include deliveries of equivalent complexity as the delivery requested in this competition. Equivalent complexity means experience from controlling a number of fastening devices at different locations, for public or private parties. Documentation requirement: Relevant experience shall be documented by stating a minimum of three (3) reference projects from the last three (3) years. The references are to be added directly to Mercell as a response to this point.
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements Tenderers are required to have sufficient technical resources and the capacity to carry out the assignment in accordance with the contracting authority ́s needs. Documentation: Tenderers shall enclose an overview of personnel with technical/professional competence that are relevant for the execution of this delivery. The overview can preferably be in table form. Competence shall be documented from relevant expert control, expert inspection of similar equipment and inspection of climbing walls over 3 metres. Tenderers must have a minimum of 3 inspectors with experience from inspecting fasteners for comparable installations.
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 The contracting authority requires that all tenderers have implemented a quality management system that is satisfactory to ensure the quality of execution in this contract. Documentation requirement: Description of the company ́s implemented quality management system. A certificate shall be submitted for the company's quality management system issued by independent bodies that confirm that the company fulfils certain quality management standards, for example ISO 9001. If the company does not have such certificate, other documentation of the company's quality management system shall be provided. In such cases as a minimum the following shall be submitted: + the system ́s name and detailed table of contents + general description of the contents of the system, including an overview of control plans and check-lists that are relevant for this contract + organisation chart showing the responsibilities in the quality management system + description of routines for internal control and handling of deviations (work with corrective and preventive measures) + a description of how the system will be used to. ensure the quality of this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements The contracting authority requires suppliers who are certified from independent third parties that confirm that the tenderer has procedures and systems that ensure that the execution of the delivery has a low environmental impact. Documentation requirement: Tenderers shall submit certificates from independent bodies that document an established and satisfactory environmental management system. Documentation is required that the tenderer is either environmentally certified in accordance with valid ISO 14001, is Eco-Lighthouse, is certified by EMAS, or are certified by equivalent third parties. If a company does not have such certificates, other documentation of the company's environmental management system must be submitted. In such cases as a minimum the following shall be submitted: + the system ́s name and detailed table of contents + general description of the contents of the system, including an overview of control plans and check-lists that are relevant for this contract + organisation chart showing the responsibilities in the environmental management system + description of routines for internal control and deviation management (work with corrective and preventive measures) + a description of how the system will be used in order to get reduced environmental impact in this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The award criteria in this competition is "Price". The contract will be awarded to the tenderer with the lowest evaluation price. The evaluation price consists of the sum of the following price items: - The sum of annual inspections at a fixed price, cf. tab 2 in Annex 4A Price Form. - The sum of different unit prices, multiplied by the estimated annual call-offs - Mark-up for items (mark-up percentage multiplied by the round sum of items, where the total is not included in the evaluation price). Documentation: Completed Annex 4A Price Form, 2 different tabs.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 11/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258600336.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 : 21/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 21/08/2025 10:00 +00:00
Additional information : Climate and environmental considerations in the procurement The contracting authority estimates that the procurement, in its nature, has a climate footprint and an environmental impact that is immaterial. The procurement ́s climate and environmental impact is transport, materials and waste. Relevant requirements are set in the contract and the requirement specifications in order to reduce the climate and environmental impact of the procurement. With the relevant climate and environmental requirements in this market, it is possible to both ensure competition and ensure fulfilment of relevant climate and environmental services at the same time. The contracting authority is then ensured to get the desired climate and environmental performance regardless of who wins the competition. The contracting authority ́s assessment is that the requirements in this procurement, particularly the use of zero emission vehicles and waste management requirements, take care of the most central climate and environmental considerations in connection with the services that are to be provided, and that the relevant requirements provide the best climate and environmental effect in connection with this procurement. See the climate and environmental requirements in Annex 1 - the Contracting Authority's requirement specifications, Annex 7 - Transport requirements for goods and services and Annex 8 - Packaging Requirements. Based on the above, the contracting authority will not evaluate the climate and environment in this procurement, c.f. the Public Procurement Regulations§ 7-9 (4).
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the tender documentation.

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

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett
Information about review deadlines : The waiting period in Meddelse will be notified of the award of contract.
Organisation providing offline access to the procurement documents : Bergen kommune - Etat for bygg og eiendom
Organisation receiving requests to participate : Bergen kommune - Etat for bygg og eiendom
Organisation processing tenders : Bergen kommune - Etat for bygg og eiendom

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune - Etat for bygg og eiendom
Registration number : 964338531
Department : Etat for bygg og eiendom
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Torjan Haaland
Telephone : +47 90063037
Internet address : https://odinprosjekt.no/
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 935 364 906
Postal address : C. Sundsgate 42
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Gry Loftesnes
Telephone : 47396115
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 3417ec9e-1ac4-4269-aa1f-103b338f9c8e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/06/2025 11:23 +00:00
Notice dispatch date (eSender) : 25/06/2025 11:35 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00412423-2025
OJ S issue number : 120/2025
Publication date : 26/06/2025