Framework agreement - Trade services

The framework agreement is presumed to be used for measures in connection with repairs, maintenance, replacement and minor alterations/additions, where the Contracting Authority prefers invoicing as used time. The Contracting Authority is not bound by this framework agreement for major procurements where the assignment is designed and described for quotations. …

CPV: 50800000 Razne storitve popravila in vzdrževanja, 14820000 Steklo, 31000000 Električni stroji, aparati, oprema in potrošno blago; razsvetljava, 39190000 Zidne tapete in druge stenske obloge, 42420000 Vedra, žlice, lopate, grabeži in prijemala za dvigala in bagre, 42500000 Naprave za hlajenje in prezračevanje, 43200000 Stroji za zemeljska dela in izkopavanje ter pripadajoči deli, 43261000 Strojne žlice, 44000000 Gradbene strukture in materiali; pomožni gradbeni izdelki (razen električnih aparatov), 44100000 Material in pribor za gradnjo, 44113810 Površinska obdelava, 44160000 Cevovod, cevovodni sistemi, zaščitne cevi, proizvodne cevi in z njimi povezani izdelki, 44200000 Gradbeni izdelki, 44300000 Kabli, žice in z njimi povezani proizvodi, 44400000 Razni prefabricirani izdelki in z njimi povezani predmeti, 44500000 Orodja, ključavnice, ključi, tečaji, spojni elementi, verige in vzmeti, 44600000 Cisterne, rezervoarji in kontejnerji; radiatorji in kotli za centralno ogrevanje, 44800000 Barve, laki in tesnilne mase, 44900000 Gradbeni kamen, apnenec, sadra in skrilavec, 45000000 Gradbena dela, 45100000 Pripravljalna dela na gradbiščih, 45200000 Dela na objektih ali delih objektov visoke in nizke gradnje, 45260000 Krovska dela in druga gradbena dela specialnih strok, 45261000 Postavljanje ostrešij ter krovska dela in z njimi povezana dela, 45261310 Obžiganje, 45262000 Gradbena dela specialnih strok, razen krovskih del, 45300000 Inštalacijska dela pri gradnjah, 45310000 Elektroinštalacijska dela, 45320000 Izolacijska dela, 45330000 Vodovodna, plinska in sanitarna inštalacijska dela, 45331000 Inštalacija ogrevalnih, prezračevalnih in klimatskih naprav, 45340000 Inštalacija ramp, ograj in zaščitne opreme, 45400000 Zaključna gradbena dela, 45421160 Kovinska galanterija, 45422000 Tesarska dela, 45432000 Polaganje in oblaganje tal, oblaganje sten in tapeciranje zidov, 45432200 Oblaganje sten in tapeciranje zidov, 45440000 Pleskarska in steklarska dela, 45500000 Dajanje strojev in opreme za visoko in nizko gradnjo v najem, skupaj z upravljavci, 50000000 Storitve popravila in vzdrževanja, 50700000 Storitve popravila in vzdrževanja inštalacij pri gradnjah, 51000000 Storitve inštalacije (razen programske opreme)
Rok:
26. maj 2025. 10:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Framework agreement - Trade services
Organ za podeljevanje:
Trøndelag fylkeskommune
Številka dodelitve:
202518310

1. Buyer

1.1 Buyer

Official name : Trøndelag fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement - Trade services
Description : The framework agreement is presumed to be used for measures in connection with repairs, maintenance, replacement and minor alterations/additions, where the Contracting Authority prefers invoicing as used time. The Contracting Authority is not bound by this framework agreement for major procurements where the assignment is designed and described for quotations. The scope of the delivery will vary from location to location, from year to year and from trade to trade. It is up to tenderers to submit tender offers on the locations and disciplines they want. The county ́s buildings make up a total of approx. 500,000 m2 of which approx. 10,000 will be replaced or added each year. The remainder will be subject to regular alterations, upgrades, replacements and maintenance. The scope of trade services in leased premises will, to a lesser degree, be required. A total of NOK 60 million is spent per annum in the disciplines included in the competition. This is an estimate and is not binding for the contracting authority and the extent can vary between the different categories year by year, depending on the budget and the assignment quantity. The maximum contract value for the framework agreement is NOK 480 million excluding VAT. This will have sole right for all hourly assignments with the limitations and reservations in the contract. Trøndelag county is free to use its own employees to carry out the work described here.
Procedure identifier : 4c804a2a-76eb-4f20-85a4-00663f7c8d2a
Internal identifier : 202518310
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1). Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations § 24-8(1) b. The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties etc., which must not be considered insignificant, cf. Regulations § 24-8(2) a. Tenderers are therefore strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly ask questions about uncertainties by email to a gender neutral preferred.

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 14820000 Glass
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 39190000 Wallpaper and other coverings
Additional classification ( cpv ): 42420000 Buckets, shovels, grabs and grips for cranes or excavators
Additional classification ( cpv ): 42500000 Cooling and ventilation equipment
Additional classification ( cpv ): 43200000 Earthmoving and excavating machinery, and associated parts
Additional classification ( cpv ): 43261000 Mechanical shovels
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44113810 Surface dressing
Additional classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 44200000 Structural products
Additional classification ( cpv ): 44300000 Cable, wire and related products
Additional classification ( cpv ): 44400000 Miscellaneous fabricated products and related items
Additional classification ( cpv ): 44500000 Tools, locks, keys, hinges, fasteners, chain and springs
Additional classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 44800000 Paints, varnishes and mastics
Additional classification ( cpv ): 44900000 Stone for construction, limestone, gypsum and slate
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45260000 Roof works and other special trade construction works
Additional classification ( cpv ): 45261000 Erection and related works of roof frames and coverings
Additional classification ( cpv ): 45261310 Flashing work
Additional classification ( cpv ): 45262000 Special trade construction works other than roof works
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45320000 Insulation work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45331000 Heating, ventilation and air-conditioning installation work
Additional classification ( cpv ): 45340000 Fencing, railing and safety equipment installation work
Additional classification ( cpv ): 45400000 Building completion work
Additional classification ( cpv ): 45421160 Ironmongery work
Additional classification ( cpv ): 45422000 Carpentry installation work
Additional classification ( cpv ): 45432000 Floor-laying and covering, wall-covering and wall-papering work
Additional classification ( cpv ): 45432200 Wall-covering and wall-papering work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 45500000 Hire of construction and civil engineering machinery and equipment with operator
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 51000000 Installation services (except software)

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 480 000 000 Norwegian krone
Maximum value of the framework agreement : 480 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 10

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
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?
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : 1 - Electrician work within low current and low voltage.
Description : See the tender documentation.
Internal identifier : 2025/ 202518310

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/06/2025
Duration end date : 14/06/2029

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will at the start have a duration of two (2) calendar years. After that the contracting authority can unilaterally require a contract extension once or several times for a maximum period of two (2) years, so that the maximum total duration of the framework agreement is four (4) years. The contracting authority can require a contract extension for shorter periods than two (2) years at a time.

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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements stated in the notice or in the procurement documents, the tenderer declares that: The minimum requirement for qualification requirements the tenderer shall have economic and financial solidity which gives the contracting authority security that the tenderer will be financially viable throughout the period of the agreement. It is normally sufficient for the tenderer to be credit worthy with security requirements to fulfil the requirement, equivalent to rating B. Tenderers must have positive equity. Documentation: • Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. The contracting authority can also obtain information from credit rating companies. • Extracts from the tenderer's Annual Financial Statements and auditor's report for the last two years. • The last available quarterly report with balance sheets.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for 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? The tenderer is required to have a well-functioning quality assurance system, or are certified for quality assurance. Documentation: If the tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. If the tenderer is not certified, a description shall be given of the tenderer ́s system (routines and measures) for quality assurance and any further documentation/certificates that concretely show what system the tenderer has and it can document the following: a) Documented method/procedure for planning and execution of assignments included in the sub-contracts that a tender is given for b) Description of routines for self-control when carrying out the work c) Description of the company ́s system for following up deviations and unwanted events, as well as other improvement work including revisions of system d) Description of the company's risk management system, including HSE e) Description of the company's system for handling changes f) Description of the company's system for follow-up of any sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management 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 Tenderers are required to have a well-functioning environmental management system, or are certified for environmental management. Documentation: Tenderers shall document an environmental management system that as a minimum consists of routines for safeguarding the following elements: a) The company ́s environmental goal and environmental policy b) Strategy in the environment area c) Execution of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. The tenderer must be a legally established company. Documentation: Norwegian companies: Company Registration Certificate 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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. The tenderer shall have experience from comparable assignments. Documentation: Tenderers shall document up to 3 relevant deliveries. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). References must be contactable if necessary, to clarify the relevance of the assignment. However, it is the tenderer ́s responsibility to document relevance through the description. Use annex 1 - Experience Response Form. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education 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) by the leading employees: Minimum requirements for qualification requirements The tenderer shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Documentation: • Tenderers shall account for their capacity to be able to service the Customer in a good enough way as regards the concurrentity of assignments for the locations given throughout the entire contract period. • An overview of the company ́s total manpower, including the number of skilled workers and the number of apprentices, within the disciplines and locations a tender is submitted for. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation
Weight (percentage, exact) : 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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254143245.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 : 26/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 26/05/2025 10:00 +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 framework agreement and the tender documentation part II.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the framework agreement and the tender documentation part II.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett

5.1 Lot technical ID : LOT-0002

Title : 2 - Glass work
Description : See the tender documentation.
Internal identifier : 2025/ 202518310

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/06/2025
Duration end date : 14/06/2029

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will at the start have a duration of two (2) calendar years. After that the contracting authority can unilaterally require a contract extension once or several times for a maximum period of two (2) years, so that the maximum total duration of the framework agreement is four (4) years. The contracting authority can require a contract extension for shorter periods than two (2) years at a time.

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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements stated in the notice or in the procurement documents, the tenderer declares that: The minimum requirement for qualification requirements the tenderer shall have economic and financial solidity which gives the contracting authority security that the tenderer will be financially viable throughout the period of the agreement. It is normally sufficient for the tenderer to be credit worthy with security requirements to fulfil the requirement, equivalent to rating B. Tenderers must have positive equity. Documentation: • Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. The contracting authority can also obtain information from credit rating companies. • Extracts from the tenderer's Annual Financial Statements and auditor's report for the last two years. • The last available quarterly report with balance sheets.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for 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? The tenderer is required to have a well-functioning quality assurance system, or are certified for quality assurance. Documentation: If the tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. If the tenderer is not certified, a description shall be given of the tenderer ́s system (routines and measures) for quality assurance and any further documentation/certificates that concretely show what system the tenderer has and it can document the following: a) Documented method/procedure for planning and execution of assignments included in the sub-contracts that a tender is given for b) Description of routines for self-control when carrying out the work c) Description of the company ́s system for following up deviations and unwanted events, as well as other improvement work including revisions of system d) Description of the company's risk management system, including HSE e) Description of the company's system for handling changes f) Description of the company's system for follow-up of any sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management 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 Tenderers are required to have a well-functioning environmental management system, or are certified for environmental management. Documentation: Tenderers shall document an environmental management system that as a minimum consists of routines for safeguarding the following elements: a) The company ́s environmental goal and environmental policy b) Strategy in the environment area c) Execution of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. The tenderer must be a legally established company. Documentation: Norwegian companies: Company Registration Certificate 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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. The tenderer shall have experience from comparable assignments. Documentation: Tenderers shall document up to 3 relevant deliveries. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). References must be contactable if necessary, to clarify the relevance of the assignment. However, it is the tenderer ́s responsibility to document relevance through the description. Use annex 1 - Experience Response Form. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education 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) by the leading employees: Minimum requirements for qualification requirements The tenderer shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Documentation: • Tenderers shall account for their capacity to be able to service the Customer in a good enough way as regards the concurrentity of assignments for the locations given throughout the entire contract period. • An overview of the company ́s total manpower, including the number of skilled workers and the number of apprentices, within the disciplines and locations a tender is submitted for. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation
Weight (percentage, exact) : 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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254143245.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 : 26/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 26/05/2025 10:00 +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 framework agreement and the tender documentation part II.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the framework agreement and the tender documentation part II.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett

5.1 Lot technical ID : LOT-0003

Title : 3 - Plumbing
Description : See the tender documentation
Internal identifier : 2025/ 202518310

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/06/2025
Duration end date : 14/06/2029

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will at the start have a duration of two (2) calendar years. After that the contracting authority can unilaterally require a contract extension once or several times for a maximum period of two (2) years, so that the maximum total duration of the framework agreement is four (4) years. The contracting authority can require a contract extension for shorter periods than two (2) years at a time.

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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements stated in the notice or in the procurement documents, the tenderer declares that: The minimum requirement for qualification requirements the tenderer shall have economic and financial solidity which gives the contracting authority security that the tenderer will be financially viable throughout the period of the agreement. It is normally sufficient for the tenderer to be credit worthy with security requirements to fulfil the requirement, equivalent to rating B. Tenderers must have positive equity. Documentation: • Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. The contracting authority can also obtain information from credit rating companies. • Extracts from the tenderer's Annual Financial Statements and auditor's report for the last two years. • The last available quarterly report with balance sheets.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for 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? The tenderer is required to have a well-functioning quality assurance system, or are certified for quality assurance. Documentation: If the tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. If the tenderer is not certified, a description shall be given of the tenderer ́s system (routines and measures) for quality assurance and any further documentation/certificates that concretely show what system the tenderer has and it can document the following: a) Documented method/procedure for planning and execution of assignments included in the sub-contracts that a tender is given for b) Description of routines for self-control when carrying out the work c) Description of the company ́s system for following up deviations and unwanted events, as well as other improvement work including revisions of system d) Description of the company's risk management system, including HSE e) Description of the company's system for handling changes f) Description of the company's system for follow-up of any sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management 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 Tenderers are required to have a well-functioning environmental management system, or are certified for environmental management. Documentation: Tenderers shall document an environmental management system that as a minimum consists of routines for safeguarding the following elements: a) The company ́s environmental goal and environmental policy b) Strategy in the environment area c) Execution of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. The tenderer must be a legally established company. Documentation: Norwegian companies: Company Registration Certificate 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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. The tenderer shall have experience from comparable assignments. Documentation: Tenderers shall document up to 3 relevant deliveries. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). References must be contactable if necessary, to clarify the relevance of the assignment. However, it is the tenderer ́s responsibility to document relevance through the description. Use annex 1 - Experience Response Form. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education 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) by the leading employees: Minimum requirements for qualification requirements The tenderer shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Documentation: • Tenderers shall account for their capacity to be able to service the Customer in a good enough way as regards the concurrentity of assignments for the locations given throughout the entire contract period. • An overview of the company ́s total manpower, including the number of skilled workers and the number of apprentices, within the disciplines and locations a tender is submitted for. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation
Weight (percentage, exact) : 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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254143245.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 : 26/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 26/05/2025 10:00 +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 framework agreement and the tender documentation part II.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the framework agreement and the tender documentation part II.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett

5.1 Lot technical ID : LOT-0004

Title : 4 - Surface treatment
Description : See the tender documentation
Internal identifier : 2025/ 202518310

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/06/2025
Duration end date : 14/06/2029

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will at the start have a duration of two (2) calendar years. After that the contracting authority can unilaterally require a contract extension once or several times for a maximum period of two (2) years, so that the maximum total duration of the framework agreement is four (4) years. The contracting authority can require a contract extension for shorter periods than two (2) years at a time.

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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements stated in the notice or in the procurement documents, the tenderer declares that: The minimum requirement for qualification requirements the tenderer shall have economic and financial solidity which gives the contracting authority security that the tenderer will be financially viable throughout the period of the agreement. It is normally sufficient for the tenderer to be credit worthy with security requirements to fulfil the requirement, equivalent to rating B. Tenderers must have positive equity. Documentation: • Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. The contracting authority can also obtain information from credit rating companies. • Extracts from the tenderer's Annual Financial Statements and auditor's report for the last two years. • The last available quarterly report with balance sheets.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for 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? The tenderer is required to have a well-functioning quality assurance system, or are certified for quality assurance. Documentation: If the tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. If the tenderer is not certified, a description shall be given of the tenderer ́s system (routines and measures) for quality assurance and any further documentation/certificates that concretely show what system the tenderer has and it can document the following: a) Documented method/procedure for planning and execution of assignments included in the sub-contracts that a tender is given for b) Description of routines for self-control when carrying out the work c) Description of the company ́s system for following up deviations and unwanted events, as well as other improvement work including revisions of system d) Description of the company's risk management system, including HSE e) Description of the company's system for handling changes f) Description of the company's system for follow-up of any sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management 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 Tenderers are required to have a well-functioning environmental management system, or are certified for environmental management. Documentation: Tenderers shall document an environmental management system that as a minimum consists of routines for safeguarding the following elements: a) The company ́s environmental goal and environmental policy b) Strategy in the environment area c) Execution of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. The tenderer must be a legally established company. Documentation: Norwegian companies: Company Registration Certificate 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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. The tenderer shall have experience from comparable assignments. Documentation: Tenderers shall document up to 3 relevant deliveries. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). References must be contactable if necessary, to clarify the relevance of the assignment. However, it is the tenderer ́s responsibility to document relevance through the description. Use annex 1 - Experience Response Form. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education 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) by the leading employees: Minimum requirements for qualification requirements The tenderer shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Documentation: • Tenderers shall account for their capacity to be able to service the Customer in a good enough way as regards the concurrentity of assignments for the locations given throughout the entire contract period. • An overview of the company ́s total manpower, including the number of skilled workers and the number of apprentices, within the disciplines and locations a tender is submitted for. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation
Weight (percentage, exact) : 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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254143245.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 : 26/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 26/05/2025 10:00 +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 framework agreement and the tender documentation part II.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the framework agreement and the tender documentation part II.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett

5.1 Lot technical ID : LOT-0005

Title : 5 - Roofing work
Description : See the tender documentation
Internal identifier : 2025/ 202518310

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/06/2025
Duration end date : 14/06/2029

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will at the start have a duration of two (2) calendar years. After that the contracting authority can unilaterally require a contract extension once or several times for a maximum period of two (2) years, so that the maximum total duration of the framework agreement is four (4) years. The contracting authority can require a contract extension for shorter periods than two (2) years at a time.

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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements stated in the notice or in the procurement documents, the tenderer declares that: The minimum requirement for qualification requirements the tenderer shall have economic and financial solidity which gives the contracting authority security that the tenderer will be financially viable throughout the period of the agreement. It is normally sufficient for the tenderer to be credit worthy with security requirements to fulfil the requirement, equivalent to rating B. Tenderers must have positive equity. Documentation: • Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. The contracting authority can also obtain information from credit rating companies. • Extracts from the tenderer's Annual Financial Statements and auditor's report for the last two years. • The last available quarterly report with balance sheets.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for 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? The tenderer is required to have a well-functioning quality assurance system, or are certified for quality assurance. Documentation: If the tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. If the tenderer is not certified, a description shall be given of the tenderer ́s system (routines and measures) for quality assurance and any further documentation/certificates that concretely show what system the tenderer has and it can document the following: a) Documented method/procedure for planning and execution of assignments included in the sub-contracts that a tender is given for b) Description of routines for self-control when carrying out the work c) Description of the company ́s system for following up deviations and unwanted events, as well as other improvement work including revisions of system d) Description of the company's risk management system, including HSE e) Description of the company's system for handling changes f) Description of the company's system for follow-up of any sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management 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 Tenderers are required to have a well-functioning environmental management system, or are certified for environmental management. Documentation: Tenderers shall document an environmental management system that as a minimum consists of routines for safeguarding the following elements: a) The company ́s environmental goal and environmental policy b) Strategy in the environment area c) Execution of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. The tenderer must be a legally established company. Documentation: Norwegian companies: Company Registration Certificate 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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. The tenderer shall have experience from comparable assignments. Documentation: Tenderers shall document up to 3 relevant deliveries. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). References must be contactable if necessary, to clarify the relevance of the assignment. However, it is the tenderer ́s responsibility to document relevance through the description. Use annex 1 - Experience Response Form. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education 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) by the leading employees: Minimum requirements for qualification requirements The tenderer shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Documentation: • Tenderers shall account for their capacity to be able to service the Customer in a good enough way as regards the concurrentity of assignments for the locations given throughout the entire contract period. • An overview of the company ́s total manpower, including the number of skilled workers and the number of apprentices, within the disciplines and locations a tender is submitted for. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation
Weight (percentage, exact) : 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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254143245.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 : 26/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 26/05/2025 10:00 +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 framework agreement and the tender documentation part II.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the framework agreement and the tender documentation part II.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett

5.1 Lot technical ID : LOT-0006

Title : 6 - Joinery work
Description : See the tender documentation
Internal identifier : 2025/ 202518310

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/06/2025
Duration end date : 14/06/2029

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will at the start have a duration of two (2) calendar years. After that the contracting authority can unilaterally require a contract extension once or several times for a maximum period of two (2) years, so that the maximum total duration of the framework agreement is four (4) years. The contracting authority can require a contract extension for shorter periods than two (2) years at a time.

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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements stated in the notice or in the procurement documents, the tenderer declares that: The minimum requirement for qualification requirements the tenderer shall have economic and financial solidity which gives the contracting authority security that the tenderer will be financially viable throughout the period of the agreement. It is normally sufficient for the tenderer to be credit worthy with security requirements to fulfil the requirement, equivalent to rating B. Tenderers must have positive equity. Documentation: • Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. The contracting authority can also obtain information from credit rating companies. • Extracts from the tenderer's Annual Financial Statements and auditor's report for the last two years. • The last available quarterly report with balance sheets.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for 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? The tenderer is required to have a well-functioning quality assurance system, or are certified for quality assurance. Documentation: If the tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. If the tenderer is not certified, a description shall be given of the tenderer ́s system (routines and measures) for quality assurance and any further documentation/certificates that concretely show what system the tenderer has and it can document the following: a) Documented method/procedure for planning and execution of assignments included in the sub-contracts that a tender is given for b) Description of routines for self-control when carrying out the work c) Description of the company ́s system for following up deviations and unwanted events, as well as other improvement work including revisions of system d) Description of the company's risk management system, including HSE e) Description of the company's system for handling changes f) Description of the company's system for follow-up of any sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management 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 Tenderers are required to have a well-functioning environmental management system, or are certified for environmental management. Documentation: Tenderers shall document an environmental management system that as a minimum consists of routines for safeguarding the following elements: a) The company ́s environmental goal and environmental policy b) Strategy in the environment area c) Execution of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. The tenderer must be a legally established company. Documentation: Norwegian companies: Company Registration Certificate 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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. The tenderer shall have experience from comparable assignments. Documentation: Tenderers shall document up to 3 relevant deliveries. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). References must be contactable if necessary, to clarify the relevance of the assignment. However, it is the tenderer ́s responsibility to document relevance through the description. Use annex 1 - Experience Response Form. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education 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) by the leading employees: Minimum requirements for qualification requirements The tenderer shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Documentation: • Tenderers shall account for their capacity to be able to service the Customer in a good enough way as regards the concurrentity of assignments for the locations given throughout the entire contract period. • An overview of the company ́s total manpower, including the number of skilled workers and the number of apprentices, within the disciplines and locations a tender is submitted for. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation
Weight (percentage, exact) : 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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254143245.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 : 26/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 26/05/2025 10:00 +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 framework agreement and the tender documentation part II.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the framework agreement and the tender documentation part II.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett

5.1 Lot technical ID : LOT-0007

Title : 7 - Ventilation work
Description : See the tender documentation
Internal identifier : 2025/ 202518310

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/06/2025
Duration end date : 14/06/2029

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will at the start have a duration of two (2) calendar years. After that the contracting authority can unilaterally require a contract extension once or several times for a maximum period of two (2) years, so that the maximum total duration of the framework agreement is four (4) years. The contracting authority can require a contract extension for shorter periods than two (2) years at a time.

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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements stated in the notice or in the procurement documents, the tenderer declares that: The minimum requirement for qualification requirements the tenderer shall have economic and financial solidity which gives the contracting authority security that the tenderer will be financially viable throughout the period of the agreement. It is normally sufficient for the tenderer to be credit worthy with security requirements to fulfil the requirement, equivalent to rating B. Tenderers must have positive equity. Documentation: • Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. The contracting authority can also obtain information from credit rating companies. • Extracts from the tenderer's Annual Financial Statements and auditor's report for the last two years. • The last available quarterly report with balance sheets.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for 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? The tenderer is required to have a well-functioning quality assurance system, or are certified for quality assurance. Documentation: If the tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. If the tenderer is not certified, a description shall be given of the tenderer ́s system (routines and measures) for quality assurance and any further documentation/certificates that concretely show what system the tenderer has and it can document the following: a) Documented method/procedure for planning and execution of assignments included in the sub-contracts that a tender is given for b) Description of routines for self-control when carrying out the work c) Description of the company ́s system for following up deviations and unwanted events, as well as other improvement work including revisions of system d) Description of the company's risk management system, including HSE e) Description of the company's system for handling changes f) Description of the company's system for follow-up of any sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management 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 Tenderers are required to have a well-functioning environmental management system, or are certified for environmental management. Documentation: Tenderers shall document an environmental management system that as a minimum consists of routines for safeguarding the following elements: a) The company ́s environmental goal and environmental policy b) Strategy in the environment area c) Execution of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. The tenderer must be a legally established company. Documentation: Norwegian companies: Company Registration Certificate 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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. The tenderer shall have experience from comparable assignments. Documentation: Tenderers shall document up to 3 relevant deliveries. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). References must be contactable if necessary, to clarify the relevance of the assignment. However, it is the tenderer ́s responsibility to document relevance through the description. Use annex 1 - Experience Response Form. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education 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) by the leading employees: Minimum requirements for qualification requirements The tenderer shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Documentation: • Tenderers shall account for their capacity to be able to service the Customer in a good enough way as regards the concurrentity of assignments for the locations given throughout the entire contract period. • An overview of the company ́s total manpower, including the number of skilled workers and the number of apprentices, within the disciplines and locations a tender is submitted for. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation
Weight (percentage, exact) : 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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254143245.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 : 26/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 26/05/2025 10:00 +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 framework agreement and the tender documentation part II.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the framework agreement and the tender documentation part II.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett

5.1 Lot technical ID : LOT-0008

Title : 8 - Site gardening work
Description : See the tender documentation
Internal identifier : 2025/ 202518310

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/06/2025
Duration end date : 14/06/2029

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will at the start have a duration of two (2) calendar years. After that the contracting authority can unilaterally require a contract extension once or several times for a maximum period of two (2) years, so that the maximum total duration of the framework agreement is four (4) years. The contracting authority can require a contract extension for shorter periods than two (2) years at a time.

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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements stated in the notice or in the procurement documents, the tenderer declares that: The minimum requirement for qualification requirements the tenderer shall have economic and financial solidity which gives the contracting authority security that the tenderer will be financially viable throughout the period of the agreement. It is normally sufficient for the tenderer to be credit worthy with security requirements to fulfil the requirement, equivalent to rating B. Tenderers must have positive equity. Documentation: • Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. The contracting authority can also obtain information from credit rating companies. • Extracts from the tenderer's Annual Financial Statements and auditor's report for the last two years. • The last available quarterly report with balance sheets.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for 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? The tenderer is required to have a well-functioning quality assurance system, or are certified for quality assurance. Documentation: If the tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. If the tenderer is not certified, a description shall be given of the tenderer ́s system (routines and measures) for quality assurance and any further documentation/certificates that concretely show what system the tenderer has and it can document the following: a) Documented method/procedure for planning and execution of assignments included in the sub-contracts that a tender is given for b) Description of routines for self-control when carrying out the work c) Description of the company ́s system for following up deviations and unwanted events, as well as other improvement work including revisions of system d) Description of the company's risk management system, including HSE e) Description of the company's system for handling changes f) Description of the company's system for follow-up of any sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management 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 Tenderers are required to have a well-functioning environmental management system, or are certified for environmental management. Documentation: Tenderers shall document an environmental management system that as a minimum consists of routines for safeguarding the following elements: a) The company ́s environmental goal and environmental policy b) Strategy in the environment area c) Execution of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. The tenderer must be a legally established company. Documentation: Norwegian companies: Company Registration Certificate 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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. The tenderer shall have experience from comparable assignments. Documentation: Tenderers shall document up to 3 relevant deliveries. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). References must be contactable if necessary, to clarify the relevance of the assignment. However, it is the tenderer ́s responsibility to document relevance through the description. Use annex 1 - Experience Response Form. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education 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) by the leading employees: Minimum requirements for qualification requirements The tenderer shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Documentation: • Tenderers shall account for their capacity to be able to service the Customer in a good enough way as regards the concurrentity of assignments for the locations given throughout the entire contract period. • An overview of the company ́s total manpower, including the number of skilled workers and the number of apprentices, within the disciplines and locations a tender is submitted for. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation
Weight (percentage, exact) : 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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254143245.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 : 26/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 26/05/2025 10:00 +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 framework agreement and the tender documentation part II.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the framework agreement and the tender documentation part II.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett

5.1 Lot technical ID : LOT-0009

Title : 9 - Locks and fittings work
Description : See the tender documentation
Internal identifier : 2025/ 202518310

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/06/2025
Duration end date : 14/06/2029

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will at the start have a duration of two (2) calendar years. After that the contracting authority can unilaterally require a contract extension once or several times for a maximum period of two (2) years, so that the maximum total duration of the framework agreement is four (4) years. The contracting authority can require a contract extension for shorter periods than two (2) years at a time.

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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements stated in the notice or in the procurement documents, the tenderer declares that: The minimum requirement for qualification requirements the tenderer shall have economic and financial solidity which gives the contracting authority security that the tenderer will be financially viable throughout the period of the agreement. It is normally sufficient for the tenderer to be credit worthy with security requirements to fulfil the requirement, equivalent to rating B. Tenderers must have positive equity. Documentation: • Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. The contracting authority can also obtain information from credit rating companies. • Extracts from the tenderer's Annual Financial Statements and auditor's report for the last two years. • The last available quarterly report with balance sheets.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for 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? The tenderer is required to have a well-functioning quality assurance system, or are certified for quality assurance. Documentation: If the tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. If the tenderer is not certified, a description shall be given of the tenderer ́s system (routines and measures) for quality assurance and any further documentation/certificates that concretely show what system the tenderer has and it can document the following: a) Documented method/procedure for planning and execution of assignments included in the sub-contracts that a tender is given for b) Description of routines for self-control when carrying out the work c) Description of the company ́s system for following up deviations and unwanted events, as well as other improvement work including revisions of system d) Description of the company's risk management system, including HSE e) Description of the company's system for handling changes f) Description of the company's system for follow-up of any sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management 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 Tenderers are required to have a well-functioning environmental management system, or are certified for environmental management. Documentation: Tenderers shall document an environmental management system that as a minimum consists of routines for safeguarding the following elements: a) The company ́s environmental goal and environmental policy b) Strategy in the environment area c) Execution of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. The tenderer must be a legally established company. Documentation: Norwegian companies: Company Registration Certificate 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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. The tenderer shall have experience from comparable assignments. Documentation: Tenderers shall document up to 3 relevant deliveries. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). References must be contactable if necessary, to clarify the relevance of the assignment. However, it is the tenderer ́s responsibility to document relevance through the description. Use annex 1 - Experience Response Form. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education 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) by the leading employees: Minimum requirements for qualification requirements The tenderer shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Documentation: • Tenderers shall account for their capacity to be able to service the Customer in a good enough way as regards the concurrentity of assignments for the locations given throughout the entire contract period. • An overview of the company ́s total manpower, including the number of skilled workers and the number of apprentices, within the disciplines and locations a tender is submitted for. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation
Weight (percentage, exact) : 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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254143245.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 : 26/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 26/05/2025 10:00 +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 framework agreement and the tender documentation part II.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the framework agreement and the tender documentation part II.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett

5.1 Lot technical ID : LOT-0010

Title : 10 - Excavator work (up to 8 tons)
Description : See the tender documentation
Internal identifier : 2025/ 202518310

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/06/2025
Duration end date : 14/06/2029

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will at the start have a duration of two (2) calendar years. After that the contracting authority can unilaterally require a contract extension once or several times for a maximum period of two (2) years, so that the maximum total duration of the framework agreement is four (4) years. The contracting authority can require a contract extension for shorter periods than two (2) years at a time.

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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements stated in the notice or in the procurement documents, the tenderer declares that: The minimum requirement for qualification requirements the tenderer shall have economic and financial solidity which gives the contracting authority security that the tenderer will be financially viable throughout the period of the agreement. It is normally sufficient for the tenderer to be credit worthy with security requirements to fulfil the requirement, equivalent to rating B. Tenderers must have positive equity. Documentation: • Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. The contracting authority can also obtain information from credit rating companies. • Extracts from the tenderer's Annual Financial Statements and auditor's report for the last two years. • The last available quarterly report with balance sheets.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for 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? The tenderer is required to have a well-functioning quality assurance system, or are certified for quality assurance. Documentation: If the tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. If the tenderer is not certified, a description shall be given of the tenderer ́s system (routines and measures) for quality assurance and any further documentation/certificates that concretely show what system the tenderer has and it can document the following: a) Documented method/procedure for planning and execution of assignments included in the sub-contracts that a tender is given for b) Description of routines for self-control when carrying out the work c) Description of the company ́s system for following up deviations and unwanted events, as well as other improvement work including revisions of system d) Description of the company's risk management system, including HSE e) Description of the company's system for handling changes f) Description of the company's system for follow-up of any sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management 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 Tenderers are required to have a well-functioning environmental management system, or are certified for environmental management. Documentation: Tenderers shall document an environmental management system that as a minimum consists of routines for safeguarding the following elements: a) The company ́s environmental goal and environmental policy b) Strategy in the environment area c) Execution of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. The tenderer must be a legally established company. Documentation: Norwegian companies: Company Registration Certificate 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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. The tenderer shall have experience from comparable assignments. Documentation: Tenderers shall document up to 3 relevant deliveries. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). References must be contactable if necessary, to clarify the relevance of the assignment. However, it is the tenderer ́s responsibility to document relevance through the description. Use annex 1 - Experience Response Form. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education 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) by the leading employees: Minimum requirements for qualification requirements The tenderer shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Documentation: • Tenderers shall account for their capacity to be able to service the Customer in a good enough way as regards the concurrentity of assignments for the locations given throughout the entire contract period. • An overview of the company ́s total manpower, including the number of skilled workers and the number of apprentices, within the disciplines and locations a tender is submitted for. NB! A separate overview shall be submitted per discipline a tender is submitted for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation
Weight (percentage, exact) : 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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254143245.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 : 26/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 26/05/2025 10:00 +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 framework agreement and the tender documentation part II.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the framework agreement and the tender documentation part II.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett

8. Organisations

8.1 ORG-0001

Official name : Trøndelag fylkeskommune
Registration number : 817920632
Postal address : Seilmakergata 2
Town : STEINKJER
Postcode : 7725
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Contact point : Håkon Farstad
Telephone : 45257595
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Town : TRONDHEIM
Country : Norway
Telephone : 73 54 24 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 7a83b384-ecdb-4fb9-b980-bc112cb995d9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/04/2025 11:07 +00:00
Notice dispatch date (eSender) : 22/04/2025 12:16 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00261934-2025
OJ S issue number : 79/2025
Publication date : 23/04/2025