Maintenance of pressurised air compressors Kalnes, Østfold Hospital (a new publication).

The objective of the procurement is to enter into a framework agreement for service and maintenance of pressurised air installations at Kalnes Hospital Øsfold HF. The service will include main service, maintenance and accompanying minor alterations/adjustments, including relevant materials. The objective of the procurement is to enter into a framework …

CPV: 39721321 Compressed-air dryers, 45251143 Compressed-air generating plant construction work, 50531300 Repair and maintenance services of compressors
spriocdháta:
Meith. 12, 2025, 7 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Maintenance of pressurised air compressors Kalnes, Østfold Hospital (a new publication).
clárlann:
SYKEHUSINNKJØP HF
uimhir dámhachtana:
2022/13581

1. Buyer

1.1 Buyer

Official name : SYKEHUSINNKJØP HF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Maintenance of pressurised air compressors Kalnes, Østfold Hospital (a new publication).
Description : The objective of the procurement is to enter into a framework agreement for service and maintenance of pressurised air installations at Kalnes Hospital Øsfold HF. The service will include main service, maintenance and accompanying minor alterations/adjustments, including relevant materials.
Procedure identifier : 9047e4fb-6a4e-4c0d-8fb9-4051a1c788ba
Internal identifier : 2022/13581
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The estimated annual value is estimated to NOK 2,000,000 excluding VAT. The maximum value is set at NOK 3,000,000 excluding VAT. The stated consumption/extent is an estimate for information to the tenderer and is not binding for the future contract volume. See the Requirement Specifications and the Price Form for further details.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50531300 Repair and maintenance services of compressors
Additional classification ( cpv ): 39721321 Compressed-air dryers
Additional classification ( cpv ): 45251143 Compressed-air generating plant construction work

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 3 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Above the threshold service performance.

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 : Maintenance of pressurised air compressors Kalnes, Østfold Hospital (a new publication).
Description : The objective of the procurement is to enter into a framework agreement for service and maintenance of pressurised air installations at Kalnes Hospital Øsfold HF. The service will include main service, maintenance and accompanying minor alterations/adjustments, including relevant materials.
Internal identifier : 2022/13581

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50531300 Repair and maintenance services of compressors
Additional classification ( cpv ): 39721321 Compressed-air dryers
Additional classification ( cpv ): 45251143 Compressed-air generating plant construction work

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 22/06/2025
Duration end date : 22/06/2027

5.1.5 Value

Estimated value excluding VAT : 3 000 000 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 : Authorisation or membership of a particular organisation needed for service contracts
Description : Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. Norwegian companies: Company Registration Certificate Foreign companies: Certificate for statutory registration in the country where the business is established.
Criterion : Financial ratio
Description : The Contracting Authority will evaluate the Tenderer's fulfilment of the qualification requirements in the following manner: The company's most recent ANNUAL REPORT, as well as any recent information. The last annual accounts in accordance with the reporting obligation. The contracting authority will obtain its accounting analyses from PROFF Forvalt ( www.proff.no). All companies that deliver financial statements to the Brønnøysund Register Centre will be registered through PROFF Forvalt. For these companies, it will therefore not be necessary to submit the above requested documentation that the above requirement is fulfilled. If a tenderer has a justifiable reason for not submitting the documentation that the Contracting Authority has demanded, tenderers can prove their economic and financial capacity by any other document, including, for example, by a parent company guarantee, bank guarantee, etc.
Criterion : Technicians or technical bodies for quality control
Description : The Contracting Authority will assess the Tenderer's experience with delivery of the performance the competition comprises in regard to: A brief description of the tenderer's technical personnel or technical units the tenderer has at their disposition to fulfil the contract, regardless of whether they belong to the company or not, particularly those who are responsible for quality control. List of the most important and relevant services performed during the past three years, including information about the value and time, as well as the name of the public or private recipient. Annex 5 is to be completed. A description of the tenderer's average workforce and the number of employees in the management in the last three years; Tenderers shall state whether they intend to use sub-suppliers for fulfilment, and if so, for how much of the contract. If the tenderer will use other companies ́ capacity and resources to fulfil the qualification requirement, a commitment statement from the relevant company shall be presented; ALL BULLET POINTS SHALL BE ANSWERED.
Criterion : Environmental management measures
Description : Certification iht. ISO 14001, EMAS or The Eco-Lighthouse Scheme, or other environmental management standards based on relevant European or international standards certified by bodies that comply with community regulations or relevant European or international standards regarding certification. If a tenderer does not have such certification, other documentation for equivalent environmental management measures will be accepted.

5.1.11 Procurement documents

Deadline for requesting additional information : 29/05/2025 07:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/255752256.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 : Required
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 : 12/06/2025 07:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 12/06/2025 07:00 +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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett, rettssted Vadsø -
Information about review deadlines : 14 days

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Indre og Østre Finnmark tingrett, rettssted Vadsø
Registration number : 926722840
Postal address : Kirkegata 22
Town : Vadsø
Postcode : 9800
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Telephone : 78011700
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : e4a688f6-102f-4891-aabd-c079bf7c7cf7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/05/2025 08:01 +00:00
Notice dispatch date (eSender) : 12/05/2025 08:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00307332-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025