Framework agreement for the inspection of lifting equipment.

BKK announces a competition on behalf of the procurement cooperation Innkjøpkraft Vest (KV) for entering into framework agreements for the execution of inspections of various lifting equipment that is used by companies in KV. The framework agreement shall ensure that the companies in KV comply with the current legal requirements …

CPV: 50000000 Servicii de reparare şi întreţinere, 42000000 Echipamente industriale, 42141600 Palane, 42411000 Palane şi troliuri, 42418000 Utilaje de ridicare, de manipulare, de încărcare sau de descărcare, 45000000 Lucrări de construcţii, 50530000 Servicii de reparare şi de întreţinere a maşinilor, 50531500 Servicii de reparare şi de întreţinere a macaralelor derrick, 50800000 Diverse servicii de întreţinere şi de reparare, 71300000 Servicii de inginerie, 71356100 Servicii de control tehnic, 79132000 Servicii de certificare
Termen limită:
5 Noiembrie 2025, 11:00
Tipul de termen limită:
Depunerea unei oferte
Locul de executare:
Framework agreement for the inspection of lifting equipment.
Organismul de alocare:
BKK AS
Numărul de atribuire:
10102025

1. Buyer

1.1 Buyer

Official name : BKK AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Framework agreement for the inspection of lifting equipment.
Description : BKK announces a competition on behalf of the procurement cooperation Innkjøpkraft Vest (KV) for entering into framework agreements for the execution of inspections of various lifting equipment that is used by companies in KV. The framework agreement shall ensure that the companies in KV comply with the current legal requirements for inspecting various equipment. For this procurement, the following companies in KV will be part of the contract and shall sign their own contract with the chosen tenderer: Luster EnergiverkBKK ASEviny RenewableStraumnettFagne ASNordvest NettLinjaSognekraft AS Any company in KV that is included in this competition shall sign an agreement with the chosen tenderer. Inspections shall be carried out at the different companies ́locations. The above mentioned company and any other companies in the same group, are located from the coast at Møre to Haugesund, as well as inland to Årdal, and thus have a large geographical spread. It is therefore important that the selected tenderer can carry out inspections at all of the company ́s locations. An option is also wanted for the inspection of shelving if the tenderer offers this. The framework agreement has an estimated annual value of NOK 4,500,000 excluding VAT and a total estimated value of NOK 27,000,000 excluding VAT. VAT. The procurement has a maximum value (roof volume) of NOK 30,000,000 excluding VAT. The annual amount is only an estimate based on previous years' consumption. The estimate is not binding for the contracting authority or any rights for the tenderer. The contract will be valid for 2 years, with an option for a contract extension for a further year; 2+2+2 years, a total of maximum of 8 years. See the SSA-R Annex for further information on the procurement.
Procedure identifier : 3d18b6d1-afa5-48d1-a562-a242492d2c94
Internal identifier : 10102025
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : BKK announces a competition on behalf of the procurement cooperation Innkjøpkraft Vest (KV) for entering into framework agreements for the execution of inspections of various lifting equipment that is used by companies in KV. For this procurement, the following companies in KV will be part of the contract and shall sign separate contracts with the chosen tenderer: Luster EnergiverkBKK ASEviny RenewableStraumnettFagne ASNordvest NettLinjaSognekraft AS Any company in KV that is included in this competition shall sign an agreement with the chosen Supplier. A competition is therefore being announced for contracts that include the following services: • Inspection of lifting equipmentIt is also desirable with an option to check the shelving if the tenderer offers this. The framework agreement has an estimated annual value of NOK 4,500,000 excluding VAT and a total estimated value of NOK 27,000,000 excluding VAT. VAT. The procurement has a maximum value (roof volume) of NOK 30,000,000 excluding VAT. The annual amount is only an estimate based on previous years' consumption. The estimate is not binding for the contracting authority or any rights for the tenderer. The contract will be valid for 2 years, with an option for a contract extension for a further year; 2+2+2 years, a total of maximum of 8 years. See the SSA-R Annex for further information on the procurement.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42141600 Pulley blocks
Additional classification ( cpv ): 42411000 Pulley tackle and hoists
Additional classification ( cpv ): 42418000 Lifting, handling, loading or unloading machinery
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery
Additional classification ( cpv ): 50531500 Repair and maintenance services of derricks
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71356100 Technical control services
Additional classification ( cpv ): 79132000 Certification services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - BKK ́s procurements follow the supply regulations as a result of the business being connected to the distribution of energy.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), 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?
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 inspection of lifting equipment.
Description : BKK announces a competition on behalf of the procurement cooperation Innkjøpkraft Vest (KV) for entering into framework agreements for the execution of inspections of various lifting equipment that is used by companies in KV. The framework agreement shall ensure that the companies in KV comply with the current legal requirements for inspecting various equipment. For this procurement, the following companies in KV will be part of the contract and shall sign their own contract with the chosen tenderer: Luster EnergiverkBKK ASEviny RenewableStraumnettFagne ASNordvest NettLinjaSognekraft AS Any company in KV that is included in this competition shall sign an agreement with the chosen tenderer. Inspections shall be carried out at the different companies ́locations. The above mentioned company and any other companies in the same group, are located from the coast at Møre to Haugesund, as well as inland to Årdal, and thus have a large geographical spread. It is therefore important that the selected tenderer can carry out inspections at all of the company ́s locations. An option is also wanted for the inspection of shelving if the tenderer offers this. The framework agreement has an estimated annual value of NOK 4,500,000 excluding VAT and a total estimated value of NOK 27,000,000 excluding VAT. VAT. The procurement has a maximum value (roof volume) of NOK 30,000,000 excluding VAT. The annual amount is only an estimate based on previous years' consumption. The estimate is not binding for the contracting authority or any rights for the tenderer. The contract will be valid for 2 years, with an option for a contract extension for a further year; 2+2+2 years, a total of maximum of 8 years. See the SSA-R Annex for further information on the procurement.
Internal identifier : 10102025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42141600 Pulley blocks
Additional classification ( cpv ): 42411000 Pulley tackle and hoists
Additional classification ( cpv ): 42418000 Lifting, handling, loading or unloading machinery
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery
Additional classification ( cpv ): 50531500 Repair and maintenance services of derricks
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71356100 Technical control services
Additional classification ( cpv ): 79132000 Certification services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 96 Month

5.1.4 Renewal

Maximum renewals : 3

5.1.5 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
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 : Requirement: The tenderer shall be a legally established company. Documentation requirement: Norwegian companies: Company Registration Certificate o Foreign companies: 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 : Other economic or financial requirements
Description : Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Tenderers shall be credit worthy and have the financial solidity to fulfil the contract, including a minimum credit score of A in accordance with the rating made in CreditPro from the credit information agency Dun & Bradstreet or an equivalent credit rating from another certified credit agency. Documentation requirement: Credit evaluation/rating, not older than 1 year calculated from the tender deadline and which is based on the last known accounting figures, made in CreditPro from the credit information agency Dun & Bradstreet or an equivalently certified credit agency. Alternatively annual accounts are to be delivered to document equivalent. o Companies that cannot be credit rated shall present approved accounting figures showing satisfactory good credit worthiness and sufficient financial implementation ability, or any other document that the tenderer deems suitable.
Criterion : Certificates by quality control institutes
Description : Requirement: Tenderers shall be an approved expert company for carrying out expert inspections of lifting devices and lifting instruments. Documentation requirement: Valid certification that the company is an expert company from the Certification Body for Expert Business EnterpriseS, which is an approved supervisory body by the Norwegian Labour Inspection Authority or other document from the Certification Body for Expert Company AS, which confirms that the tenderer is certified as an expert company.
Criterion : Relevant educational and professional qualifications
Description : Requirement: Tenderers shall have relevant experience from assignments of an equivalent nature, size and complexity. Documentation requirement: An overview of up to 3 relevant deliveries that the tenderer has carried out in the last 3 years calculated from the tender deadline. The overview shall state the deliveries' contracting authority, financial value and time and place of the delivery. The overview must also include a short description of each delivery, including relevance in relation to the qualification requirement. It is the tenderer ́s responsibility to document relevance through the overview. The overview shall have a maximum of 1 A4 page.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 23/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266742261.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
Deadline for receipt of tenders : 05/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 05/11/2025 11:00 +00:00
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 and SSA-R General contract text as well as the SSA-R Annex.
Financial arrangement : See the SSA-R Annex.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 is 10 days after the award of contract.
Organisation providing additional information about the procurement procedure : HRP AS

8. Organisations

8.1 ORG-0001

Official name : HRP AS
Registration number : 988889245
Postal address : Dronning Eufemias Gate 16
Town : OSLO
Postcode : 0190
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Katinka Winther Hjelt
Telephone : +47 48400203
Fax : +47 48400203
Internet address : https://www.hrpas.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : BKK AS
Registration number : 976 944 801
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : +4755127000
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Hordaland tingrett
Registration number : 926 723 367
Postal address : C. Sundts gate 42
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 320cdbea-8f95-48ad-b652-421bda5e2ff4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/09/2025 08:30 +00:00
Notice dispatch date (eSender) : 30/09/2025 10:51 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00641229-2025
OJ S issue number : 188/2025
Publication date : 01/10/2025