R01715 Framework agreement for service (maintenance and repair) of cleaning machines.

The Norwegian Defence Estates Agency invites tenderers to submit tender offers on the following assignments: Framework agreement for service (maintenance and repairs) of cleaning machines. The procurement is divided into the following sub-contracts: Sub-contract 1: FinnmarkDelkontrakt 2: Troms innlandDelkontrakt 3: Troms/NordlandDelkontrakt 4: NordlandDelkontrakt 5: Trøndelag and Møre og RomsdalDelkontrakt 6: …

CPV: 50532000 Reparation och underhåll av elektriska maskiner, apparater och tillhörande utrustning, 50500000 Reparation och underhåll av pumpar, ventiler, kranar, metallbehållare och maskiner, 50530000 Reparation och underhåll av maskiner
Plats för avrättning:
R01715 Framework agreement for service (maintenance and repair) of cleaning machines.
Plats för tilldelning:
Forsvarsbygg
Tilldelningsnummer:
2024/6655

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : R01715 Framework agreement for service (maintenance and repair) of cleaning machines.
Description : The Norwegian Defence Estates Agency invites tenderers to submit tender offers on the following assignments: Framework agreement for service (maintenance and repairs) of cleaning machines. The procurement is divided into the following sub-contracts: Sub-contract 1: FinnmarkDelkontrakt 2: Troms innlandDelkontrakt 3: Troms/NordlandDelkontrakt 4: NordlandDelkontrakt 5: Trøndelag and Møre og RomsdalDelkontrakt 6: VestlandDelkontrakt 7: Inland Sub-contract 8: Oslo, Akershus and ØstfoldDelkontrakt 9: Vestfold, Buskerud and TelemarkDelkontrakt 10: Rogaland and Agder Supplier can submit tenders for one, several or all sub-contracts. Tenderers shall check which sub-contract(s) the tender is submitted for in the tender form (part I Annex E). Tenderers shall also state whether they have the capacity to take on all sub-contracts a tender is submitted for, or only a selection. If, for example, the tenderer only has the capacity to take on one sub-contract, but would like to increase the likelihood of being awarded a contract, the tenderer can submit tender offers on several sub-contracts relevant to the tenderer. The tender letter states that the tenderer can only take on one sub-contract, and then the tenderer will provide the different sub-contracts that a tender is submitted for in order of priority. The reason for the need is the government's decision that The Norwegian Defence Estates Agency will again be responsible for cleaning in the defence sector as part of comprehensive property management. The Norwegian Defence Estates Agency has procured used cleaning machines and equipment, as well as the procurement of new machines. The machinery with cleaning machines that the Norwegian Defence Estates Agency now possesses involves a need to enter into a framework agreement with the supplier(s) for the service (maintenance and repair) of these machines. This is to ensure that the machines function properly, as well as for extending the lifetime.
Procedure identifier : 490a3764-086f-4c2f-b984-0ac09a4ecc15
Previous notice : 8a1e4481-8700-4b65-b17f-62c201baaa67-01
Internal identifier : 2024/6655
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Tenderers shall, within the geographical area of the sub-contract/sub-contracts awarded, carry out service, including maintenance and repairs, of cleaning machines that the Norwegian Defence Estates Agency possesses. The Norwegian Defence Estates Agency plans to mainly provide annual servicing of cleaning machines with a minimum value from NOK 30,000. Cleaning machines with an intrinsic value below NOK 30,000 will, the cleaning manager/area manager will concretely assess whether the machine requires annual service/maintenance. The tenderer shall, beyond this, make the necessary repairs on/of machines.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The procurement is divided into sub-contracts based on the geographical scope of the contract. All sub-contracts in total cover the entire country/Norway.

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone
Maximum value of the framework agreement : 15 000 000 Norwegian krone

2.1.4 General information

Call for competition is terminated
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Sub-contract 1 - Finnmark
Description : The procurement is divided into the following sub-contracts based on the geographical scope of the contract: Sub-contract AreaDe largest and most important locations within the area No. 1FinnmarkPorsangmoen and Kirkenes/HøybuktmoenNr. 2Troms inlandSetermoen, Bardufoss, Sørreisa and SkjoldNr. 3Troms/NordlandAndøya, Sortland, Harstad, Evenes, Ramsund and BjerkvikNr. 4NordlandBodø, Drevjamoen and ReitanNr. 5Trøndelag and Møre og RomsdalØrland, Trondheim, Værnes and SetnesmoenNr. 6VestlandHaakonsvern and BergenNr. 7InnlandetRena, Sessvollmoen, Dombås and JørstadmoenNr. 8Oslo, Akershus and ØstfoldOslo, Rygge and KjellerNr. 9Vestfold, Buskerud and TelemarkHeistadmoen and HortenNr. 10Rogaland and AgderSola and KjevikForsvarsbygg note that there are several smaller locations within each geographical area. These locations will be disclosed to the tenderer who is awarded each sub-contract. Some locations have a periphery location without an established road. Tenderers shall be able to carry out their service assignments in such locations as well, but this will only be relevant in very rare cases. The locations stated in the table are the largest and most relevant locations.
Internal identifier : 2024/7524

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery

5.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : A completed price form for the sub-contract(s) that the tenderer submits a tender for, see Annex 9 Price Form, with a separate sheet for each sub-contract.
Weight (percentage, exact) : 100
Criterion :
Type : Quality
Name : Justification for the use of exclusion provisions connected to climate and environment.
Description : According to PPR § 7-9 climate and environmental considerations in public procurements, the requirements and criteria shall aim at reducing the procurement ́s total climate footprint or environmental impact. The most significant climate and environmental impact associated with this procurement is transport to and from the contracting authority. The Norwegian Defence Estates Agency has received information in the previous competition that the market is mature in order to set high requirements for the use of zero emission technology. The use of 100% zero emission technology connected to known locations under each sub-contract is required, with certain exceptions. See Part II Annex 2.1 The framework agreement ́s special provisions point 9 for further information on the requirement and exemptions thereof. The requirement for zero emission technology in the requirement specifications reduces the most significant climate and environmental impact. If the requirement is turned into an award criteria, there is an increased probability that vehicles will be used with greater climate and environmental impact. It is therefore the contracting authority ́s assessment that the aims in § 7-9 are best safeguarded in this procurement by setting requirements.
Weight (percentage, exact) : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2 - Troms domestic
Description : The procurement is divided into the following sub-contracts based on the geographical scope of the contract: Sub-contract AreaDe largest and most important locations within the area No. 1FinnmarkPorsangmoen and Kirkenes/HøybuktmoenNr. 2Troms inlandSetermoen, Bardufoss, Sørreisa and SkjoldNr. 3Troms/NordlandAndøya, Sortland, Harstad, Evenes, Ramsund and BjerkvikNr. 4NordlandBodø, Drevjamoen and ReitanNr. 5Trøndelag and Møre og RomsdalØrland, Trondheim, Værnes and SetnesmoenNr. 6VestlandHaakonsvern and BergenNr. 7InnlandetRena, Sessvollmoen, Dombås and JørstadmoenNr. 8Oslo, Akershus and ØstfoldOslo, Rygge and KjellerNr. 9Vestfold, Buskerud and TelemarkHeistadmoen and HortenNr. 10Rogaland and AgderSola and KjevikForsvarsbygg note that there are several smaller locations within each geographical area. These locations will be disclosed to the tenderer who is awarded each sub-contract. Some locations have a periphery location without an established road. Tenderers shall be able to carry out their service assignments in such locations as well, but this will only be relevant in very rare cases. The locations stated in the table are the largest and most relevant locations.
Internal identifier : 2024/7525

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery

5.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : A completed price form for the sub-contract(s) that the tenderer submits a tender for, see Annex 9 Price Form, with a separate sheet for each sub-contract.
Weight (percentage, exact) : 100
Criterion :
Type : Quality
Name : Justification for the use of exclusion provisions connected to climate and environment.
Description : According to PPR § 7-9 climate and environmental considerations in public procurements, the requirements and criteria shall aim at reducing the procurement ́s total climate footprint or environmental impact. The most significant climate and environmental impact associated with this procurement is transport to and from the contracting authority. The Norwegian Defence Estates Agency has received information in the previous competition that the market is mature in order to set high requirements for the use of zero emission technology. The use of 100% zero emission technology connected to known locations under each sub-contract is required, with certain exceptions. See Part II Annex 2.1 The framework agreement ́s special provisions point 9 for further information on the requirement and exemptions thereof. The requirement for zero emission technology in the requirement specifications reduces the most significant climate and environmental impact. If the requirement is turned into an award criteria, there is an increased probability that vehicles will be used with greater climate and environmental impact. It is therefore the contracting authority ́s assessment that the aims in § 7-9 are best safeguarded in this procurement by setting requirements.
Weight (percentage, exact) : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

5.1 Lot technical ID : LOT-0003

Title : Sub-contract 3 - Troms/Nordland
Description : The procurement is divided into the following sub-contracts based on the geographical scope of the contract: Sub-contract AreaDe largest and most important locations within the area No. 1FinnmarkPorsangmoen and Kirkenes/HøybuktmoenNr. 2Troms inlandSetermoen, Bardufoss, Sørreisa and SkjoldNr. 3Troms/NordlandAndøya, Sortland, Harstad, Evenes, Ramsund and BjerkvikNr. 4NordlandBodø, Drevjamoen and ReitanNr. 5Trøndelag and Møre og RomsdalØrland, Trondheim, Værnes and SetnesmoenNr. 6VestlandHaakonsvern and BergenNr. 7InnlandetRena, Sessvollmoen, Dombås and JørstadmoenNr. 8Oslo, Akershus and ØstfoldOslo, Rygge and KjellerNr. 9Vestfold, Buskerud and TelemarkHeistadmoen and HortenNr. 10Rogaland and AgderSola and KjevikForsvarsbygg note that there are several smaller locations within each geographical area. These locations will be disclosed to the tenderer who is awarded each sub-contract. Some locations have a periphery location without an established road. Tenderers shall be able to carry out their service assignments in such locations as well, but this will only be relevant in very rare cases. The locations stated in the table are the largest and most relevant locations.
Internal identifier : 2024/7526

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : A completed price form for the sub-contract(s) that the tenderer submits a tender for, see Annex 9 Price Form, with a separate sheet for each sub-contract.
Weight (percentage, exact) : 100
Criterion :
Type : Quality
Name : Justification for the use of exclusion provisions connected to climate and environment.
Description : According to PPR § 7-9 climate and environmental considerations in public procurements, the requirements and criteria shall aim at reducing the procurement ́s total climate footprint or environmental impact. The most significant climate and environmental impact associated with this procurement is transport to and from the contracting authority. The Norwegian Defence Estates Agency has received information in the previous competition that the market is mature in order to set high requirements for the use of zero emission technology. The use of 100% zero emission technology connected to known locations under each sub-contract is required, with certain exceptions. See Part II Annex 2.1 The framework agreement ́s special provisions point 9 for further information on the requirement and exemptions thereof. The requirement for zero emission technology in the requirement specifications reduces the most significant climate and environmental impact. If the requirement is turned into an award criteria, there is an increased probability that vehicles will be used with greater climate and environmental impact. It is therefore the contracting authority ́s assessment that the aims in § 7-9 are best safeguarded in this procurement by setting requirements.
Weight (percentage, exact) : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

5.1 Lot technical ID : LOT-0004

Title : Sub-contract 4 - Nordland
Description : The procurement is divided into the following sub-contracts based on the geographical scope of the contract: Sub-contract AreaDe largest and most important locations within the area No. 1FinnmarkPorsangmoen and Kirkenes/HøybuktmoenNr. 2Troms inlandSetermoen, Bardufoss, Sørreisa and SkjoldNr. 3Troms/NordlandAndøya, Sortland, Harstad, Evenes, Ramsund and BjerkvikNr. 4NordlandBodø, Drevjamoen and ReitanNr. 5Trøndelag and Møre og RomsdalØrland, Trondheim, Værnes and SetnesmoenNr. 6VestlandHaakonsvern and BergenNr. 7InnlandetRena, Sessvollmoen, Dombås and JørstadmoenNr. 8Oslo, Akershus and ØstfoldOslo, Rygge and KjellerNr. 9Vestfold, Buskerud and TelemarkHeistadmoen and HortenNr. 10Rogaland and AgderSola and KjevikForsvarsbygg note that there are several smaller locations within each geographical area. These locations will be disclosed to the tenderer who is awarded each sub-contract. Some locations have a periphery location without an established road. Tenderers shall be able to carry out their service assignments in such locations as well, but this will only be relevant in very rare cases. The locations stated in the table are the largest and most relevant locations.
Internal identifier : 2024/7527

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : A completed price form for the sub-contract(s) that the tenderer submits a tender for, see Annex 9 Price Form, with a separate sheet for each sub-contract.
Criterion :
Type : Quality
Name : Justification for the use of exclusion provisions connected to climate and environment.
Description : According to PPR § 7-9 climate and environmental considerations in public procurements, the requirements and criteria shall aim at reducing the procurement ́s total climate footprint or environmental impact. The most significant climate and environmental impact associated with this procurement is transport to and from the contracting authority. The Norwegian Defence Estates Agency has received information in the previous competition that the market is mature in order to set high requirements for the use of zero emission technology. The use of 100% zero emission technology connected to known locations under each sub-contract is required, with certain exceptions. See Part II Annex 2.1 The framework agreement ́s special provisions point 9 for further information on the requirement and exemptions thereof. The requirement for zero emission technology in the requirement specifications reduces the most significant climate and environmental impact. If the requirement is turned into an award criteria, there is an increased probability that vehicles will be used with greater climate and environmental impact. It is therefore the contracting authority ́s assessment that the aims in § 7-9 are best safeguarded in this procurement by setting requirements.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

5.1 Lot technical ID : LOT-0005

Title : Sub-contract 5 - Trøndelag and Møre og Romsdal
Description : The procurement is divided into the following sub-contracts based on the geographical scope of the contract: Sub-contract AreaDe largest and most important locations within the area No. 1FinnmarkPorsangmoen and Kirkenes/HøybuktmoenNr. 2Troms inlandSetermoen, Bardufoss, Sørreisa and SkjoldNr. 3Troms/NordlandAndøya, Sortland, Harstad, Evenes, Ramsund and BjerkvikNr. 4NordlandBodø, Drevjamoen and ReitanNr. 5Trøndelag and Møre og RomsdalØrland, Trondheim, Værnes and SetnesmoenNr. 6VestlandHaakonsvern and BergenNr. 7InnlandetRena, Sessvollmoen, Dombås and JørstadmoenNr. 8Oslo, Akershus and ØstfoldOslo, Rygge and KjellerNr. 9Vestfold, Buskerud and TelemarkHeistadmoen and HortenNr. 10Rogaland and AgderSola and KjevikForsvarsbygg note that there are several smaller locations within each geographical area. These locations will be disclosed to the tenderer who is awarded each sub-contract. Some locations have a periphery location without an established road. Tenderers shall be able to carry out their service assignments in such locations as well, but this will only be relevant in very rare cases. The locations stated in the table are the largest and most relevant locations.
Internal identifier : 2024/7528

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : A completed price form for the sub-contract(s) that the tenderer submits a tender for, see Annex 9 Price Form, with a separate sheet for each sub-contract.
Criterion :
Type : Quality
Name : Justification for the use of exclusion provisions connected to climate and environment.
Description : According to PPR § 7-9 climate and environmental considerations in public procurements, the requirements and criteria shall aim at reducing the procurement ́s total climate footprint or environmental impact. The most significant climate and environmental impact associated with this procurement is transport to and from the contracting authority. The Norwegian Defence Estates Agency has received information in the previous competition that the market is mature in order to set high requirements for the use of zero emission technology. The use of 100% zero emission technology connected to known locations under each sub-contract is required, with certain exceptions. See Part II Annex 2.1 The framework agreement ́s special provisions point 9 for further information on the requirement and exemptions thereof. The requirement for zero emission technology in the requirement specifications reduces the most significant climate and environmental impact. If the requirement is turned into an award criteria, there is an increased probability that vehicles will be used with greater climate and environmental impact. It is therefore the contracting authority ́s assessment that the aims in § 7-9 are best safeguarded in this procurement by setting requirements.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

5.1 Lot technical ID : LOT-0006

Title : Sub-contract 6 - Vestland
Description : The procurement is divided into the following sub-contracts based on the geographical scope of the contract: Sub-contract AreaDe largest and most important locations within the area No. 1FinnmarkPorsangmoen and Kirkenes/HøybuktmoenNr. 2Troms inlandSetermoen, Bardufoss, Sørreisa and SkjoldNr. 3Troms/NordlandAndøya, Sortland, Harstad, Evenes, Ramsund and BjerkvikNr. 4NordlandBodø, Drevjamoen and ReitanNr. 5Trøndelag and Møre og RomsdalØrland, Trondheim, Værnes and SetnesmoenNr. 6VestlandHaakonsvern and BergenNr. 7InnlandetRena, Sessvollmoen, Dombås and JørstadmoenNr. 8Oslo, Akershus and ØstfoldOslo, Rygge and KjellerNr. 9Vestfold, Buskerud and TelemarkHeistadmoen and HortenNr. 10Rogaland and AgderSola and KjevikForsvarsbygg note that there are several smaller locations within each geographical area. These locations will be disclosed to the tenderer who is awarded each sub-contract. Some locations have a periphery location without an established road. Tenderers shall be able to carry out their service assignments in such locations as well, but this will only be relevant in very rare cases. The locations stated in the table are the largest and most relevant locations.
Internal identifier : 2024/7529

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : A completed price form for the sub-contract(s) that the tenderer submits a tender for, see Annex 9 Price Form, with a separate sheet for each sub-contract.
Criterion :
Type : Quality
Name : Justification for the use of exclusion provisions connected to climate and environment.
Description : According to PPR § 7-9 climate and environmental considerations in public procurements, the requirements and criteria shall aim at reducing the procurement ́s total climate footprint or environmental impact. The most significant climate and environmental impact associated with this procurement is transport to and from the contracting authority. The Norwegian Defence Estates Agency has received information in the previous competition that the market is mature in order to set high requirements for the use of zero emission technology. The use of 100% zero emission technology connected to known locations under each sub-contract is required, with certain exceptions. See Part II Annex 2.1 The framework agreement ́s special provisions point 9 for further information on the requirement and exemptions thereof. The requirement for zero emission technology in the requirement specifications reduces the most significant climate and environmental impact. If the requirement is turned into an award criteria, there is an increased probability that vehicles will be used with greater climate and environmental impact. It is therefore the contracting authority ́s assessment that the aims in § 7-9 are best safeguarded in this procurement by setting requirements.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

5.1 Lot technical ID : LOT-0007

Title : Sub-contract 7 - Inland
Description : The procurement is divided into the following sub-contracts based on the geographical scope of the contract: Sub-contract AreaDe largest and most important locations within the area No. 1FinnmarkPorsangmoen and Kirkenes/HøybuktmoenNr. 2Troms inlandSetermoen, Bardufoss, Sørreisa and SkjoldNr. 3Troms/NordlandAndøya, Sortland, Harstad, Evenes, Ramsund and BjerkvikNr. 4NordlandBodø, Drevjamoen and ReitanNr. 5Trøndelag and Møre og RomsdalØrland, Trondheim, Værnes and SetnesmoenNr. 6VestlandHaakonsvern and BergenNr. 7InnlandetRena, Sessvollmoen, Dombås and JørstadmoenNr. 8Oslo, Akershus and ØstfoldOslo, Rygge and KjellerNr. 9Vestfold, Buskerud and TelemarkHeistadmoen and HortenNr. 10Rogaland and AgderSola and KjevikForsvarsbygg note that there are several smaller locations within each geographical area. These locations will be disclosed to the tenderer who is awarded each sub-contract. Some locations have a periphery location without an established road. Tenderers shall be able to carry out their service assignments in such locations as well, but this will only be relevant in very rare cases. The locations stated in the table are the largest and most relevant locations.
Internal identifier : 2024/7523

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : A completed price form for the sub-contract(s) that the tenderer submits a tender for, see Annex 9 Price Form, with a separate sheet for each sub-contract.
Weight (percentage, exact) : 100
Criterion :
Type : Quality
Name : Justification for the use of exclusion provisions connected to climate and environment.
Description : According to PPR § 7-9 climate and environmental considerations in public procurements, the requirements and criteria shall aim at reducing the procurement ́s total climate footprint or environmental impact. The most significant climate and environmental impact associated with this procurement is transport to and from the contracting authority. The Norwegian Defence Estates Agency has received information in the previous competition that the market is mature in order to set high requirements for the use of zero emission technology. The use of 100% zero emission technology connected to known locations under each sub-contract is required, with certain exceptions. See Part II Annex 2.1 The framework agreement ́s special provisions point 9 for further information on the requirement and exemptions thereof. The requirement for zero emission technology in the requirement specifications reduces the most significant climate and environmental impact. If the requirement is turned into an award criteria, there is an increased probability that vehicles will be used with greater climate and environmental impact. It is therefore the contracting authority ́s assessment that the aims in § 7-9 are best safeguarded in this procurement by setting requirements.
Weight (percentage, exact) : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

5.1 Lot technical ID : LOT-0008

Title : Sub-contract 8 - Oslo, Akershus and Østfold.
Description : The procurement is divided into the following sub-contracts based on the geographical scope of the contract: Sub-contract AreaDe largest and most important locations within the area No. 1FinnmarkPorsangmoen and Kirkenes/HøybuktmoenNr. 2Troms inlandSetermoen, Bardufoss, Sørreisa and SkjoldNr. 3Troms/NordlandAndøya, Sortland, Harstad, Evenes, Ramsund and BjerkvikNr. 4NordlandBodø, Drevjamoen and ReitanNr. 5Trøndelag and Møre og RomsdalØrland, Trondheim, Værnes and SetnesmoenNr. 6VestlandHaakonsvern and BergenNr. 7InnlandetRena, Sessvollmoen, Dombås and JørstadmoenNr. 8Oslo, Akershus and ØstfoldOslo, Rygge and KjellerNr. 9Vestfold, Buskerud and TelemarkHeistadmoen and HortenNr. 10Rogaland and AgderSola and KjevikForsvarsbygg note that there are several smaller locations within each geographical area. These locations will be disclosed to the tenderer who is awarded each sub-contract. Some locations have a periphery location without an established road. Tenderers shall be able to carry out their service assignments in such locations as well, but this will only be relevant in very rare cases. The locations stated in the table are the largest and most relevant locations.
Internal identifier : 2024/7530

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : A completed price form for the sub-contract(s) that the tenderer submits a tender for, see Annex 9 Price Form, with a separate sheet for each sub-contract.
Weight (percentage, exact) : 100
Criterion :
Type : Quality
Name : Justification for the use of exclusion provisions connected to climate and environment.
Description : According to PPR § 7-9 climate and environmental considerations in public procurements, the requirements and criteria shall aim at reducing the procurement ́s total climate footprint or environmental impact. The most significant climate and environmental impact associated with this procurement is transport to and from the contracting authority. The Norwegian Defence Estates Agency has received information in the previous competition that the market is mature in order to set high requirements for the use of zero emission technology. The use of 100% zero emission technology connected to known locations under each sub-contract is required, with certain exceptions. See Part II Annex 2.1 The framework agreement ́s special provisions point 9 for further information on the requirement and exemptions thereof. The requirement for zero emission technology in the requirement specifications reduces the most significant climate and environmental impact. If the requirement is turned into an award criteria, there is an increased probability that vehicles will be used with greater climate and environmental impact. It is therefore the contracting authority ́s assessment that the aims in § 7-9 are best safeguarded in this procurement by setting requirements.
Weight (percentage, exact) : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

5.1 Lot technical ID : LOT-0009

Title : Sub-contract 9 - Vestfold, Buskerud and Telemark.
Description : The procurement is divided into the following sub-contracts based on the geographical scope of the contract: Sub-contract AreaDe largest and most important locations within the area No. 1FinnmarkPorsangmoen and Kirkenes/HøybuktmoenNr. 2Troms inlandSetermoen, Bardufoss, Sørreisa and SkjoldNr. 3Troms/NordlandAndøya, Sortland, Harstad, Evenes, Ramsund and BjerkvikNr. 4NordlandBodø, Drevjamoen and ReitanNr. 5Trøndelag and Møre og RomsdalØrland, Trondheim, Værnes and SetnesmoenNr. 6VestlandHaakonsvern and BergenNr. 7InnlandetRena, Sessvollmoen, Dombås and JørstadmoenNr. 8Oslo, Akershus and ØstfoldOslo, Rygge and KjellerNr. 9Vestfold, Buskerud and TelemarkHeistadmoen and HortenNr. 10Rogaland and AgderSola and KjevikForsvarsbygg note that there are several smaller locations within each geographical area. These locations will be disclosed to the tenderer who is awarded each sub-contract. Some locations have a periphery location without an established road. Tenderers shall be able to carry out their service assignments in such locations as well, but this will only be relevant in very rare cases. The locations stated in the table are the largest and most relevant locations.
Internal identifier : 2024/7531

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : A completed price form for the sub-contract(s) that the tenderer submits a tender for, see Annex 9 Price Form, with a separate sheet for each sub-contract.
Weight (percentage, exact) : 100
Criterion :
Type : Quality
Name : Justification for the use of exclusion provisions connected to climate and environment.
Description : According to PPR § 7-9 climate and environmental considerations in public procurements, the requirements and criteria shall aim at reducing the procurement ́s total climate footprint or environmental impact. The most significant climate and environmental impact associated with this procurement is transport to and from the contracting authority. The Norwegian Defence Estates Agency has received information in the previous competition that the market is mature in order to set high requirements for the use of zero emission technology. The use of 100% zero emission technology connected to known locations under each sub-contract is required, with certain exceptions. See Part II Annex 2.1 The framework agreement ́s special provisions point 9 for further information on the requirement and exemptions thereof. The requirement for zero emission technology in the requirement specifications reduces the most significant climate and environmental impact. If the requirement is turned into an award criteria, there is an increased probability that vehicles will be used with greater climate and environmental impact. It is therefore the contracting authority ́s assessment that the aims in § 7-9 are best safeguarded in this procurement by setting requirements.
Weight (percentage, exact) : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

5.1 Lot technical ID : LOT-0010

Title : Sub-contract 10 - Rogaland and Agder
Description : The procurement is divided into the following sub-contracts based on the geographical scope of the contract: Sub-contract AreaDe largest and most important locations within the area No. 1FinnmarkPorsangmoen and Kirkenes/HøybuktmoenNr. 2Troms inlandSetermoen, Bardufoss, Sørreisa and SkjoldNr. 3Troms/NordlandAndøya, Sortland, Harstad, Evenes, Ramsund and BjerkvikNr. 4NordlandBodø, Drevjamoen and ReitanNr. 5Trøndelag and Møre og RomsdalØrland, Trondheim, Værnes and SetnesmoenNr. 6VestlandHaakonsvern and BergenNr. 7InnlandetRena, Sessvollmoen, Dombås and JørstadmoenNr. 8Oslo, Akershus and ØstfoldOslo, Rygge and KjellerNr. 9Vestfold, Buskerud and TelemarkHeistadmoen and HortenNr. 10Rogaland and AgderSola and KjevikForsvarsbygg note that there are several smaller locations within each geographical area. These locations will be disclosed to the tenderer who is awarded each sub-contract. Some locations have a periphery location without an established road. Tenderers shall be able to carry out their service assignments in such locations as well, but this will only be relevant in very rare cases. The locations stated in the table are the largest and most relevant locations.
Internal identifier : 2024/7532

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : A completed price form for the sub-contract(s) that the tenderer submits a tender for, see Annex 9 Price Form, with a separate sheet for each sub-contract.
Weight (percentage, exact) : 100
Criterion :
Type : Quality
Name : Justification for the use of exclusion provisions connected to climate and environment.
Description : According to PPR § 7-9 climate and environmental considerations in public procurements, the requirements and criteria shall aim at reducing the procurement ́s total climate footprint or environmental impact. The most significant climate and environmental impact associated with this procurement is transport to and from the contracting authority. The Norwegian Defence Estates Agency has received information in the previous competition that the market is mature in order to set high requirements for the use of zero emission technology. The use of 100% zero emission technology connected to known locations under each sub-contract is required, with certain exceptions. See Part II Annex 2.1 The framework agreement ́s special provisions point 9 for further information on the requirement and exemptions thereof. The requirement for zero emission technology in the requirement specifications reduces the most significant climate and environmental impact. If the requirement is turned into an award criteria, there is an increased probability that vehicles will be used with greater climate and environmental impact. It is therefore the contracting authority ́s assessment that the aims in § 7-9 are best safeguarded in this procurement by setting requirements.
Weight (percentage, exact) : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

6. Results

Value of all contracts awarded in this notice : 15 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : No tenders, requests to participate or projects were received

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Øverbygd Elektro AS

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

6.1 Result lot ldentifier : LOT-0003

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : All tenders, requests to participate or projects were withdrawn or found inadmissible

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

6.1 Result lot ldentifier : LOT-0004

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : No tenders, requests to participate or projects were received

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0

6.1 Result lot ldentifier : LOT-0005

At least one winner was chosen.

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Arne L Fallrø as

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

6.1 Result lot ldentifier : LOT-0006

At least one winner was chosen.

6.1.3 Non-winning tenderers :

Tenderer :
Official name : ELEKTRO & CONSULTING AS

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

6.1 Result lot ldentifier : LOT-0007

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : No tenders, requests to participate or projects were received

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0

6.1 Result lot ldentifier : LOT-0008

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : No tenders, requests to participate or projects were received

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0

6.1 Result lot ldentifier : LOT-0009

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : No tenders, requests to participate or projects were received

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0

6.1 Result lot ldentifier : LOT-0010

At least one winner was chosen.

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Mechtronic AS

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Forsvarsbygg
Registration number : 975950662
Postal address : Grev Wedels plass 5
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Frida Lunde Uberg
Telephone : 95493549
Internet address : http://www.forsvarsbygg.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Øverbygd Elektro AS
Registration number : 955719107
Postal address : Takvassveien 29
Town : ØVERBYGD
Postcode : 9334
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Contact point : Øverbygd Elektro AS
Telephone : 77830030
Roles of this organisation :
Tenderer

8.1 ORG-0004

Official name : Arne L Fallrø as
Registration number : 983153887
Postal address : Heimdalsveien 18
Town : HEIMDAL
Postcode : 7080
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Contact point : Arne L Fallrø as
Telephone : 72849300
Fax : 72849901
Roles of this organisation :
Tenderer

8.1 ORG-0005

Official name : ELEKTRO & CONSULTING AS
Registration number : 925669458
Postal address : Hardangervegen 72
Town : NESTTUN
Postcode : 5224
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : ELEKTRO & CONSULTING AS
Telephone : 53404240
Roles of this organisation :
Tenderer

8.1 ORG-0006

Official name : Mechtronic AS
Registration number : 993533203
Postal address : Fabrikkveien 2
Town : Sandnes
Postcode : 4323
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Mechtronic AS
Telephone : 48300002
Roles of this organisation :
Tenderer

11. Notice information

11.1 Notice information

Notice identifier/version : c0154acf-6016-429d-b51c-39803002c3c4 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 24/04/2025 10:41 +00:00
Notice dispatch date (eSender) : 24/04/2025 11:50 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00267494-2025
OJ S issue number : 81/2025
Publication date : 25/04/2025