Framework agreement for the procurement and delivery of ventilation services (second time).

Ringerike municipality invites tenderers to a tender contest for a framework agreement for service, maintenance and new installation of a ventilation system. The delivery also includes minor engineering design services, execution and the necessary materials to carry out the service. Ringerike municipality invites tenderers to a tender contest for a …

CPV: 42520000 Ventilācijas iekārtas, 45331000 Apkures, ventilācijas un gaisa kondicionieru uzstādīšana, 45331200 Ventilācijas un gaisa kondicionēšanas ierīču uzstādīšana, 71315410 Ventilācijas sistēmu pārbaude, 71321400 Ventilācijas jomas konsultāciju pakalpojumi
Termiņš:
2025. gada 9. jūnijs, 10:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Framework agreement for the procurement and delivery of ventilation services (second time).
Piešķīrēja iestāde:
Ringerike Kommune
Piešķīruma numurs:
2025/21031

1. Buyer

1.1 Buyer

Official name : Ringerike Kommune
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 : Framework agreement for the procurement and delivery of ventilation services (second time).
Description : Ringerike municipality invites tenderers to a tender contest for a framework agreement for service, maintenance and new installation of a ventilation system. The delivery also includes minor engineering design services, execution and the necessary materials to carry out the service.
Procedure identifier : fce4f903-5ab7-4d96-b37d-e629cb3f679d
Internal identifier : 2025/21031
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Ringerike municipality can choose to use its own materials for the assignments. The framework agreement has an estimated value of NOK 10 million excluding VAT. The maximum value of the framework agreement is NOK 15 million excluding VAT.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71315410 Inspection of ventilation system
Additional classification ( cpv ): 42520000 Ventilation equipment
Additional classification ( cpv ): 45331000 Heating, ventilation and air-conditioning installation work
Additional classification ( cpv ): 45331200 Ventilation and air-conditioning installation work
Additional classification ( cpv ): 71321400 Ventilation consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Ringerike municipality invites tenderers to a tender contest for a framework agreement for service, maintenance and new installation of a ventilation system. The delivery also includes minor engineering, design services, execution and possibly necessary materials to carry out the service. The estimated value is NOK 10 million excluding VAT. The maximum value is NOK 15 million excluding VAT.

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 : Framework agreement for the procurement and delivery of ventilation services (second time).
Description : Ringerike municipality invites tenderers to a tender contest for a framework agreement for service, maintenance and new installation of a ventilation system. The delivery also includes minor engineering design services, execution and the necessary materials to carry out the service.
Internal identifier : 2025/21031

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71315410 Inspection of ventilation system
Additional classification ( cpv ): 42520000 Ventilation equipment
Additional classification ( cpv ): 45331000 Heating, ventilation and air-conditioning installation work
Additional classification ( cpv ): 45331200 Ventilation and air-conditioning installation work
Additional classification ( cpv ): 71321400 Ventilation consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Environmental management system: Requirement: Tenderers shall have an environmental management system: ISO 14001, Miljøfyrtårn/EMAS or equivalent third-party verified certification. This shall be documented by a certificate.
Criterion : Enrolment in a trade register
Description : Legally registered company: Qualification requirement: Tenderers shall be a legally registered company, registered in a company register or trade register in the country where the tenderer is established. Documentation requirement: Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Criterion : Financial ratio
Description : Credit rating: Qualification requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Creditworthiness at least A with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: 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.
Criterion : Other economic or financial requirements
Description : Tax certificate: Qualification requirement: Tenderers shall have their tax, employer contribution and VAT payments in order. Documentation requirement: Tax certificate. The certificate must not be more than six months old. In the event of arrears, an approved repayment plan must also be enclosed from the Norwegian Tax Administration.
Criterion : References on specified deliveries
Description : Relevant experience: Qualification requirement: Tenderers shall have experience from equivalent assignments. Documentation requirement: A description of the tenderer's three most relevant assignments in the last three years. The descriptions shall be maximum 1/2 A4 side for each of the 3 assignments. Tenderers are themselves responsible for ensuring that the description is of such a nature that it documents that the requirement is met. Newly established tenderers can document the necessary experience by referring to experience that the offered persons/resources have built up in services other than the tenderer.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Under this criteria: Sum of estimated expected hours Sum of the estimate's net price on filters. Sum of the estimate's net price of other materials. Sum of the estimate's net price for re-invoiced services. Documentation requirement: Completed price form, see Annex 1 - Price Form. The yellow cells in the tabs "Ventilation work" and "Mark-up percentage" shall be filled in.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Competence
Description : Under this criteria: Competence and experience of offered personnel for ventilation works. The contracting authority places particular emphasis on the breadth of professional competence - e.g. experience with service, maintenance, new installations, automation, energy efficiency and engineering design. It will also count positively with variation in roles, certifications and experience from different types of buildings and assignments. Documentation requirement: Tenderers shall deliver up to 5 CVs, one of which is from the stated gender neutral preferred. The résumés shall belong to personnel from the executing office. The CVs shall have a maximum of 3 pages. CVs shall show competence and experience.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Environment
Description : The contracting authority will use the tenderer's submitted EPDs to evaluate the tenderer's environmental performance for the product group Posefilter. EPDs or equivalent third-party verified environmental documentation (Type III Environmental Declaration (EN ISO 14025) shall be used as documentation of emissions. The EPDs shall be published on the EPD Norway or equivalent database and they shall be in accordance with EN 15804:2012+A2:2019 as the core rules and relevant PCR for the product group if applicable.  In the "EPD" tab in Annex 1 - Price Form, the tenderer shall register the values from the project specific EPD. If an EPD applies to multiple products, all the products shall be included. In the tab "EPD" in Annex 1 - Price Form, the tenderer, for the stated dimensions, must document the emissions associated with the product phase (A1-A3) and the final phase (C1-C4). The assembly phase (A4) shall be project specific, calculation of this is based on emissions per declared unit and transport distance from the production place to the delivery place, see the Price form. A project specific GWP total shall also be stated for the building ́s energy consumption (B6) for the use of the product. NS 3031:2014 table A.3 shall be used in calculation of B6 for the product's use in the building. and the operational time for a nursing home will form the basis (5,824 hours per year). References to "Mor-EPD" (and EPD tools/generator) must be clearly stated for the project specific EPDs. Project specific EPDs need not be published on epd Norway or equivalent, but refer to a published EPD. When submitting a tender, both the published "Mor-EPD" and the project specific EPD shall be enclosed. The tenderer with the lowest emission (GWP-total) will get a full count of the criteria, the other tenderers will be weighted relatively.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 02/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256327587.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 : 09/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 09/06/2025 10:00 +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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : RINGERIKE, ASKER OG BÆRUM TINGRETT -
Organisation providing more information on the review procedures : RINGERIKE, ASKER OG BÆRUM TINGRETT -

8. Organisations

8.1 ORG-0001

Official name : Ringerike Kommune
Registration number : 940100925
Postal address : Osloveien 1 Rådhuset
Town : HØNEFOSS
Postcode : 3511
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Sirita Formo Aaby
Telephone : +47 32117400
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : RINGERIKE, ASKER OG BÆRUM TINGRETT
Registration number : 926725963
Town : Sandvika
Postcode : 1302
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 6e7ece65-c575-4cc0-8e69-dfe7211e31f9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/05/2025 12:26 +00:00
Notice dispatch date (eSender) : 07/05/2025 13:20 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00299311-2025
OJ S issue number : 90/2025
Publication date : 12/05/2025