Service and maintenance contract for air treatment plant.

The Norwegian Veterinary Institute needs a service and maintenance contract for the operation, maintenance and development of the air treatment facilities. The premises at campus Ås make up approx. 15,000 m² and include both laboratories and offices. Stable and safe operation of the air treatment systems is decisive for maintaining …

CPV: 50000000 Servizi di riparazione e manutenzione, 42500000 Apparecchiature di raffreddamento e ventilazione, 71315410 Ispezioni di sistemi di ventilazione
Scadenza:
Martedì 07 Ottobre 2025 10:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
Service and maintenance contract for air treatment plant.
Ente di assegnazione:
Veterinærinstituttet
Numero di premio:
25-06451

1. Buyer

1.1 Buyer

Official name : Veterinærinstituttet
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Service and maintenance contract for air treatment plant.
Description : The Norwegian Veterinary Institute needs a service and maintenance contract for the operation, maintenance and development of the air treatment facilities. The premises at campus Ås make up approx. 15,000 m² and include both laboratories and offices. Stable and safe operation of the air treatment systems is decisive for maintaining purity, infection protection and a safe working environment. The assignment includes both annual service and maintenance as well as ad-hoc works such as repairs, alterations and alterations.
Procedure identifier : 5070b140-8267-4474-809d-8dbb87dd1dc5
Internal identifier : 25-06451
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 42500000 Cooling and ventilation equipment
Additional classification ( cpv ): 71315410 Inspection of ventilation system

2.1.2 Place of performance

Postal address : Elisabeth Stephansensvei 1
Town : Ås
Postcode : 1433
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : The Norwegian Veterinary Institute ́s premises at Campus, Ås

2.1.2 Place of performance

Anywhere
Additional information : The contracting authority shall have an option to order air treatment services at the Norwegian Veterinary Institute ́s regional locations (Sandnes, Bergen, Trondheim, Harstad, Tromsø).

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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?
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?
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 related to terrorist activity by a verdict handed down no more than five years ago, or a rejection period set 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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Is the tenderer 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 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 all of his tax and duty obligations in both the country where 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 : Has the tenderer's business conduct been stopped?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Service and maintenance contract for air treatment plant.
Description : The Norwegian Veterinary Institute needs a service and maintenance contract for the operation, maintenance and development of the air treatment facilities. The premises at campus Ås make up approx. 15,000 m² and include both laboratories and offices. Stable and safe operation of the air treatment systems is decisive for maintaining purity, infection protection and a safe working environment. The assignment includes both annual service and maintenance as well as ad-hoc works such as repairs, alterations and alterations.
Internal identifier : 25-06451

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 42500000 Cooling and ventilation equipment
Additional classification ( cpv ): 71315410 Inspection of ventilation system
Options :
Description of the options : The contracting authority shall have an option to order air treatment services at the Norwegian Veterinary Institute ́s regional locations (Sandnes, Bergen, Trondheim, Harstad, Tromsø).

5.1.2 Place of performance

Postal address : Elisabeth Stephansensvei 1
Town : Ås
Postcode : 1433
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : The Norwegian Veterinary Institute ́s premises at Campus, Ås

5.1.2 Place of performance

Anywhere
Additional information : The contracting authority shall have an option to order air treatment services at the Norwegian Veterinary Institute ́s regional locations (Sandnes, Bergen, Trondheim, Harstad, Tromsø).

5.1.3 Estimated duration

Start date : 03/11/2025
Duration end date : 05/11/2029

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Financial ratio
Description : Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. A credit rating equivalent to "Credit worthy" will normally be sufficient to meet the requirement.
Criterion : References on specified services
Description : • Description of the tenderer's three most relevant deliveries in the course of the last 3 years.
Criterion : Average yearly manpower
Description : A description shall be given of the tenderer's average annual workforce as well as a brief overview of the tenderer's relevant competence. (Persons that are offered should not be specified, and CVs not submitted for this requirement). If a tenderer will use the capacity of other companies, he shall document that he can use the necessary resources by presenting a commitment statement from these businesses, see Annex 9 - Commitment Statement Template. The ESPD self-declaration must also be submitted for these entities, cf. Point 5.4.
Criterion : Certificates by independent bodies about quality assurance standards
Description : A brief description of the tenderer's quality assurance methods shall be enclosed. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
Criterion : Environmental management measures
Description : Tenderers shall enclose a brief account of existing routines. If a tenderer is certified, it is sufficient to enclose copies of valid certificates from third party verified systems (e.g. Eco-Lighthouse, ISO 14001, EMAS).
Criterion : Certificates by quality control institutes
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
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?
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?
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?

5.1.11 Procurement documents

Deadline for requesting additional information : 30/09/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=68389

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
Deadline for receipt of tenders : 07/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Tenders shall be submitted with a completed ESPD form which documents that the qualification requirements are fulfilled. After the tender deadline has expired, it is generally not possible to submit documents. The contracting authority will only ask the chosen tenderer to present documentation of fulfilment of the requirements, cf. the procurement regulations § 17-2. It will not be possible to correct, supplement or change the tender ́s content after the deadline expires.
Information about public opening :
Opening date : 07/10/2025 10:01 +00:00
Place : Oslo
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Information about review deadlines : Appeals to the award decision must be submitted by the end of the waiting period. The contracting authority will enter into a contract at the earliest 10 days after notification of the award has been sent to the tenderers electronically (cf. the procurement regulations § 25-1). Any appeals must be sent in writing to the contracting authority by the end of the waiting period.
Organisation receiving requests to participate : Veterinærinstituttet
Organisation processing tenders : Veterinærinstituttet

8. Organisations

8.1 ORG-0001

Official name : Veterinærinstituttet
Registration number : 970955623
Department : 104 Infrastruktur
Postal address : Arboretveien 57
Town : Ås
Postcode : 1433
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Innkjop VI
Telephone : +47 23 21 60 00
Internet address : http://www.vetinst.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 65f0a38c-ae45-4c80-bfd9-47ffc6d5bb3f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/09/2025 10:10 +00:00
Notice dispatch date (eSender) : 04/09/2025 10:19 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00582103-2025
OJ S issue number : 170/2025
Publication date : 05/09/2025