Procurement, delivery and return filters

Stavanger municipality, hereafter called the contracting authorities, would like to collect tenders for filter procurements, delivery and return of filters for the municipality of Stavanger (including the geographical areas of Finnøy and Rennesøy). The objective of the contract is to ensure the Contracting Authority reliable access to high quality ventilation …

CPV: 42514300 Aparatura filtrująca, 42514310 Filtry powietrza
Termin:
25 czerwca 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Procurement, delivery and return filters
Miejsce udzielenia zamówienia:
Stavanger kommune
Numer nagrody:
2025/236650

1. Buyer

1.1 Buyer

Official name : Stavanger 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 : Procurement, delivery and return filters
Description : Stavanger municipality, hereafter called the contracting authorities, would like to collect tenders for filter procurements, delivery and return of filters for the municipality of Stavanger (including the geographical areas of Finnøy and Rennesøy). The objective of the contract is to ensure the Contracting Authority reliable access to high quality ventilation and air filters that are energy efficient and ensure a healthy indoor environment at competitive prices. The delivery shall include the delivery of ventilation filters, including fabric filters, panel filters, fabric filters, combination filters and Hepa filters, but with emphasis on bag filters. The orderers under the contract will be professional resources in the property department in the municipality. The contracting authority will enter into a contract with one tenderer.
Procedure identifier : 14e17a80-78b9-46a7-a53a-c67bdd57e038
Internal identifier : 2025/236650
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Further information on the contracting authority: https://www.stavanger.kommune.no/om-stavanger-kommune/anskaffelser/

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42514300 Filtering apparatus
Additional classification ( cpv ): 42514310 Air filters

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 34 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Part I and part III of the Procurement Regulations.

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 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 : Procurement, delivery and return filters
Description : Stavanger municipality, hereafter called the contracting authorities, would like to collect tenders for filter procurements, delivery and return of filters for the municipality of Stavanger (including the geographical areas of Finnøy and Rennesøy). The objective of the contract is to ensure the Contracting Authority reliable access to high quality ventilation and air filters that are energy efficient and ensure a healthy indoor environment at competitive prices. The delivery shall include the delivery of ventilation filters, including fabric filters, panel filters, fabric filters, combination filters and Hepa filters, but with emphasis on bag filters. The orderers under the contract will be professional resources in the property department in the municipality. The contracting authority will enter into a contract with one tenderer.
Internal identifier : 2025/236650

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42514300 Filtering apparatus
Additional classification ( cpv ): 42514310 Air filters

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/06/2025
Duration end date : 01/07/2033

5.1.5 Value

Estimated value excluding VAT : 34 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
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 Minimum qualification requirements Requirement: Tenderers must have the financial ability to fulfil the contract. Documentation: As documentation, the Contracting Authority will obtain the credit rating Commercial Delphi Score from Experian (the contracting authority subscribes to services from Experian). Tenderers must achieve a minimum rating of "credit worthy", which means that the tenderer must be in risk class 5 or higher on experians scale. It is a prerequisite that the tenderer has known registered information about the company and consents by submitting the tender for the information to be collected and used as a basis for assessing the tenderer's financial conditions. If the Contracting Authority cannot find a credit rating of each company in Experian, or the credit rating is not in accordance with the required rating, the Contracting Authority will attempt to cover its documentation need in another way. The contracting authority can, for example, assess whether the financial ability is satisfactory based on the other information that is available in the system from Experian, or request other documentation that confirms that the tenderer has the financial ability to fulfil the contract.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important 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 Description of requirements/documentation: Requirement: Experience is required from at least two relevant assignments in the last 3 years. Relevant assignments means the delivery of equivalent work with filter delivery as described in this document, as regards the extent and complexity. Documentation of excellent implementation ability is required. Documentation requirement: (For practical reasons, the Contracting Authority requests that the qualification requirements are submitted simultaneously with the tender to the tenderer). Tenderers are asked, together with their tender, to submit a list of the most important relevant assignments in the last 3 years, including specific information on: The assignment (short description) • The assignment ́s value/scope • Time period for the assignment • Name of the customer. Based on the list(s), the tenderer shall state names, telephone/mobile telephones and e-mails to contact persons for the two most relevant assignments • References may be contacted.
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 Description of requirements/documentation: Requirement: The tenderer shall have the necessary capacity to meet the needs of this assignment. Documentation: (Due to practical reasons, the Contracting Authority requests that the qualification requirements are submitted simultaneously with the tender to the tenderer). Tenderers are asked, together with their tender, to submit an overview of the company ́s total manpower (organisation plan), and staffing for this assignment with names and CVs, competence, experience for key personnel (key personnel are for us the gender neutral preferred and the professional responsible for executing personnel) who will carry out and be responsible for the assignment, including contact persons.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Description of requirements/documentation: Tenderers shall have good implementation ability, and they themselves can use personnel with relevant certificates of apprenticeship and competence to fulfil the contract of this extent. Documentation requirement: The gender neutral preferred at the tenderer shall have technical air education and experience with relevant work within the discipline of filter delivery in the last 3 years. Documentation proof: (For practical reasons the Contracting Authority requests that the qualification requirements are submitted simultaneously with the tender to the tenderer). Tenderers are asked, together with their tender, to submit CVs that include information on relevant education and experience. Based on information in the CV, state the number of years of experience after relevant education has been completed.
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Description of requirements/documentation: Requirement: Tenderers shall have an environmental management system to ensure that the tenderer is suitable to meet the environmental requirements set in the tender documentation and the contract terms. Documentation proof: (For practical reasons the Contracting Authority requests that the qualification requirements are submitted simultaneously with the tender to the tenderer). Tenderers are asked, together with their tender, to provide a short account, a maximum of one A4 page, stating the tenderer's stated environmental goals, status for environmental work in their own business and planned measures, of relevance to this contract. Alternatively, the requirement can be documented fulfilled by fulfilling the documentation requirements as stated in field D and "Certificates issued by independent bodies for environmental management standards".
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 Description of requirements/documentation: Tenderers shall have well-functioning quality management. Documentation: Description of the company's routines for quality assurance and continuous analysis and improvement (max. 1 - A4 page). If a tenderer holds an ISO 9001 certificate, this can be attached.
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 Description of the requirement/documentation: See the requirements in field C "Environmental Management Measures". As documentation proof, certificates of relevant environmental certification such as ISO 14001 or EMAS, Miljøfyrtårn or other documentation must be presented upon request. Alternatively, requirements for environmental management measures can be fulfilled by documentation requirements as stated in field C "Environmental Management Measures".

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257678366.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 25/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 37 Day
Information about public opening :
Opening date : 25/06/2025 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 : 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 : Sør-Rogaland tingrett -
Organisation providing more information on the review procedures : Sør-Rogaland tingrett -

8. Organisations

8.1 ORG-0001

Official name : Stavanger kommune
Registration number : 964965226
Postal address : Postboks 8001
Town : STAVANGER
Postcode : 4068
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Alan Kvanvig
Telephone : +47 51507090
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926723448
Town : Stavanger
Postcode : 4012
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : c54bdd18-ce2f-40c2-b3c6-fe0c4cdabc82 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/05/2025 09:48 +00:00
Notice dispatch date (eSender) : 22/05/2025 09:49 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00334579-2025
OJ S issue number : 99/2025
Publication date : 23/05/2025