R01734 - Expert inspections, service, maintenance and repairs of cranes and lifting equipment in the Western Region, District Trøndelag.

Framework agreement for expert inspections, service, maintenance and repairs of cranes and lifting equipment. Framework agreement for expert inspections, service, maintenance and repairs of cranes and lifting equipment.

CPV: 42141600 Taljor, 42411000 Taljor och lyftblock, 42416300 Hissverk, 50530000 Reparation och underhåll av maskiner, 50531500 Reparation och underhåll av lyftkranar, 51511100 Montering av lyftutrustning, 71356100 Tekniska kontroller, 71630000 Teknisk besiktning och provning, 71631000 Teknisk besiktning, 71631100 Inspektion av maskiner
Sista ansökningsdag:
15 juli 2025 10:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
R01734 - Expert inspections, service, maintenance and repairs of cranes and lifting equipment in the Western Region, District Trøndelag.
Plats för tilldelning:
Forsvarsbygg
Tilldelningsnummer:
2025/1857

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : R01734 - Expert inspections, service, maintenance and repairs of cranes and lifting equipment in the Western Region, District Trøndelag.
Description : Framework agreement for expert inspections, service, maintenance and repairs of cranes and lifting equipment.
Procedure identifier : 0e63a336-5b15-4e1f-9b9f-73f0b7760cfc
Internal identifier : 2025/1857
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The Norwegian Defence Estates Agency shall enter into a framework agreement with one tenderer who shall carry out annual expert inspections, service, maintenance and repairs of cranes and lifting equipment. The contract also includes the procurement of necessary equipment/materials for maintenance and repairs, including replacement of parts etc. The contract can, in some cases, be used for the procurement of new objects.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71356100 Technical control services
Additional classification ( cpv ): 42141600 Pulley blocks
Additional classification ( cpv ): 42411000 Pulley tackle and hoists
Additional classification ( cpv ): 42416300 Hoists
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery
Additional classification ( cpv ): 50531500 Repair and maintenance services of derricks
Additional classification ( cpv ): 51511100 Installation services of lifting equipment
Additional classification ( cpv ): 71630000 Technical inspection and testing services
Additional classification ( cpv ): 71631000 Technical inspection services
Additional classification ( cpv ): 71631100 Machinery-inspection services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 8 200 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement Regulations

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : R01734 - Expert inspections, service, maintenance and repairs of cranes and lifting equipment in the Western Region, District Trøndelag.
Description : Framework agreement for expert inspections, service, maintenance and repairs of cranes and lifting equipment.
Internal identifier : 2025/1857

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71356100 Technical control services
Additional classification ( cpv ): 42141600 Pulley blocks
Additional classification ( cpv ): 42411000 Pulley tackle and hoists
Additional classification ( cpv ): 42416300 Hoists
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery
Additional classification ( cpv ): 50531500 Repair and maintenance services of derricks
Additional classification ( cpv ): 51511100 Installation services of lifting equipment
Additional classification ( cpv ): 71630000 Technical inspection and testing services
Additional classification ( cpv ): 71631000 Technical inspection services
Additional classification ( cpv ): 71631100 Machinery-inspection services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : 1+1+1

5.1.5 Value

Estimated value excluding VAT : 8 200 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall enclose valid certificates from third party verified systems, e.g. • Eco-lighthouse programme • ISO 14001 • EMAS Other equivalent environmental management systems can also be accepted, but then after these have been assessed concretely based on the submitted documentation.
Criterion : Certificates by quality control institutes
Description : Copy of a certificate issued by an independent body confirming that the tenderer fulfils the quality assurance standard NS-EN ISO 9001:2015 or an equivalent certificate. If a tenderer is not certified, documentation shall be given that he has a good and well-functioning quality assurance system.
Criterion : Other economic or financial requirements
Description : Credit assessment of the tenderer, not older than six months calculated from the deadline for receipt of tenders. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. The credit rating shall include an assessment of the tenderer's payment history/reliability. NB! If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted for that company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract. Newly established companies that cannot present a relevant credit rating can enclose alternative documentation there, among other things, accounts/balance sheets,
Criterion : Other economic or financial requirements
Description : Tenderers must have the financial capacity to carry out the contract. A presentation of the accounting figures from the last available annual accounts showing the tenderer's turnover. (Not required if the accounts key figures are in the credit rating).
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Tenderers (as a company) shall have good experience with services of equivalent size and complexity within expert inspections, service and maintenance of cranes and lifting equipment. A list of 3 relevant reference projects carried out during the last three years, with a short description of the projects and their sizes. The overview must also include the date of execution and the name of the recipient of the delivery. NB! If using sub-suppliers for and overall fulfil the requirement for carrying out expert control, service and maintenance for all product groups in annex 10, a separate reference table must be supplemented for UE, as well as filling in the ESPD.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : The tenderer and any sub-supplier(s) shall be certified as an expert company for the following inspection categories: G4, G7, G8, G10, G11, G12, G20, PX and RX Valid documentation that shows that the tenderer and any sub-contractor(s) are certified as an expert company for the different certification categories. The certification body shall be appointed by the Norwegian Labour Inspection Authority.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 08/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259095465.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 : 15/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 15/07/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Information about review deadlines : Ten Days
Organisation providing more information on the review procedures : Oslo Tingrett -

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 : Maritha Lundberg
Telephone : 94294878
Internet address : http://www.forsvarsbygg.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 2749041e-da26-4446-9714-0ba4592ce4ed - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/06/2025 13:26 +00:00
Notice dispatch date (eSender) : 11/06/2025 06:08 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00378921-2025
OJ S issue number : 111/2025
Publication date : 12/06/2025