2025/2275 Contract with a tenderer for the operation and maintenance of lift facilities in Oslo.

Statsbygg requests tenders for an agreement for the operation and maintenance of lift facilities for properties in Oslo, excluding security properties. The property portfolio consists of: KulturbyggTekniske byggHøyskoler og universitet Statsbygg requests tenders for an agreement for the operation and maintenance of lift facilities for properties in Oslo, excluding security …

CPV: 42419500 Deli dvigal, skipov ali premičnih stopnic, 50750000 Storitve vzdrževanja dvigal
Rok:
16. junij 2025. 10:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
2025/2275 Contract with a tenderer for the operation and maintenance of lift facilities in Oslo.
Organ za podeljevanje:
STATSBYGG
Številka dodelitve:
2025/2275

1. Buyer

1.1 Buyer

Official name : STATSBYGG
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 2025/2275 Contract with a tenderer for the operation and maintenance of lift facilities in Oslo.
Description : Statsbygg requests tenders for an agreement for the operation and maintenance of lift facilities for properties in Oslo, excluding security properties. The property portfolio consists of: KulturbyggTekniske byggHøyskoler og universitet
Procedure identifier : 49855482-18df-4467-8ac9-91aaf6a928c0
Internal identifier : 2025/2275
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The objective of the framework agreement is to ensure Statsbygg operational stability through preventive work on the agreement ́s lifts, i.e. short possible downtime and fewest possible stoppages. The portfolio consists of different manufacturer and type of lifts. It is presumed that the lift contractor has the necessary competence and access to spare parts to carry out service and repairs in a satisfactory manner. The contract will apply for the lifts stated in the 3rd Lift overview. Facilities can be added to or taken out of the contract during the contract period. New installations that come into the contract shall have the same terms and will be priced alike with equivalent lift facilities that are already priced in the contract. Lift installations that are in the guarantee period will only come when the guarantee has expired. This procurement uses the exclusion provisions in PPR § 7-9 (4), since the climate and environmental requirements connected to the framework agreement are considered to have a clearly better overall climate and environment effect than the use of the award criteria. The climate and environmental impact of this procurement has primarily been identified for challenges connected with the content of health and environmentally hazardous substances in products used in connection with service, maintenance and repairs of the lifts, waste handling thereof, as well as transport. In order to reduce the environmental impact of the content of health and environmentally hazardous substances, products that are used shall not include substances on the Norwegian priority list and the candidate list in REACH. This can be documented by using environmentally labelled products or tools such as Cobuilder Collaborate or equivalent to show of purchased products not containing such substances. For a selection of products that are primarily used in this type of procurement, as well as cleaning agents, these must be environmentally labelled. The requirements for the products are on a level where it is considered unlikely that a better environmental effect can be documented in a competition, and it will, thus, not very suitable for distinguishing between tenderers in a predictable and verifiable way. There are also requirements for responsible waste management in order to minimise climate and environmental impact as a result of waste generation. For other procurements of spare parts procured as a result of what the inspections uncover, the experience from previous similar framework agreements is that this primarily includes replacing light sources. Energy efficient LED lighting is therefore required. Other standard environmental requirements for products in Statsbygg's procurements are included, in addition to requirements specifically assessed as important for reducing the climate and environmental impact of this procurement. In order to reduce the climate impact associated with driving vehicles in this procurement, zero emission vehicles for vehicles with a total weight of up to 3,500 kg are required. Statsbygg ́s assessment is therefore that, for this procurement, the use of climate and environmental requirements as they are designed will have a clearly better climate and environmental effect than the use of the award criteria. The Directorate of Public Construction and Property is therefore exempted from the obligations to emphasise the environment or to prioritise the environment among the three highest prioritised award criteria.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 42419500 Parts of lift, skip hoists or escalators

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 18 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - In accordance with the 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 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 : 2025/2275 Contract with a tenderer for the operation and maintenance of lift facilities in Oslo.
Description : Statsbygg requests tenders for an agreement for the operation and maintenance of lift facilities for properties in Oslo, excluding security properties. The property portfolio consists of: KulturbyggTekniske byggHøyskoler og universitet
Internal identifier : 2025/2275

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 42419500 Parts of lift, skip hoists or escalators
Options :
Description of the options : There is an option for the lift facilities at the National Museum. Based on previous experience, the option has an estimated value of NOK 3 million.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 18 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Organisational and legal position: Tenderers are required to have a legally established company Company Registration Certificate, foreign companies are required to have a corresponding certificate as prescribed by the laws of the country where the company is registered. Tenderers shall be registered in the Electrical Enterprise Register Certificate for registration.
Criterion : Other economic or financial requirements
Description : Economic and financial capacity Tenderers are required to have satisfactory economic implementation ability. The size of the turnover, seen in relation to the contract value, can be emphasised. The Directorate of Public Construction and Property will carry out a credit rating of tenderers. Tenderers may, in addition, be asked to submit auditor confirmed annual accounts.
Criterion : Relevant educational and professional qualifications
Description : Technical and professional qualifications The tenderer shall have secure implementation ability. An overview shall be provided of the tenderer's workforce. Tenderers shall have sufficient experience from assignments with a comparable value to this contract. A transferable value means assignments connected to periodical operation and maintenance of lifts at several properties with varied lift types (lift manufacturers). An overview of the most important, up to five relevant reference assignments carried out in the last 3 years, including information on: - contract value -time - a short description of the assignments with a statement of different lift manufacturers that have been serviced and maintenance on. -Principal

5.1.11 Procurement documents

Address of the procurement documents : https://permalink.mercell.com/256802834.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 : 16/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 16/06/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 : In accordance with the regulations

8. Organisations

8.1 ORG-0001

Official name : STATSBYGG
Registration number : 971278374
Postal address : Biskop Gunnerus' gate 6
Town : OSLO
Postcode : 0103
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Elisabeth Tangen
Telephone : 22954000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 3f8d4605-8497-4fef-808c-7dc5b7821623 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/05/2025 13:36 +00:00
Notice dispatch date (eSender) : 13/05/2025 13:49 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00312628-2025
OJ S issue number : 93/2025
Publication date : 15/05/2025