Control and service of automatic extinguishing systems.

Framework agreement for the inspection and service of automatic extinguishing systems in Boligbygg ́s portfolio. Concerns annual inspections, as well as repairs and procurement of individual components, for extinguishing installations of the type sprinklers, water mist and gas. Framework agreement for the inspection and service of automatic extinguishing systems in …

CPV: 75251110 Servicios de prevención de incendios, 35110000 Equipo de extinción de incendios, salvamento y seguridad, 35111000 Equipo de extinción de incendios, 35111200 Materiales para extinción de incendios, 35111500 Sistemas de extinción de incendios, 44115500 Sistemas de extinción por aspersor, 44480000 Equipos diversos contra incendios, 45312100 Instalación de sistemas de alarma contra incendios, 45343000 Trabajos de instalación de dispositivos de protección contra incendios, 45343100 Trabajos de ignifugación, 45343200 Trabajos de instalación de dispositivos contra incendios, 45343210 Trabajos de instalación de dispositivos de extinción de incendios con CO2, 45343230 Trabajos de instalación de sistemas de aspersión automática, 51700000 Servicios de instalación de equipos de protección contra incendios
Plazo:
25 de abril de 2025 a las 21:59
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Control and service of automatic extinguishing systems.
Organismo adjudicador:
Oslo kommune v/ Boligbygg Oslo KF
Número de premio:
25/27

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Boligbygg Oslo KF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Housing and community amenities

2. Procedure

2.1 Procedure

Title : Control and service of automatic extinguishing systems.
Description : Framework agreement for the inspection and service of automatic extinguishing systems in Boligbygg ́s portfolio. Concerns annual inspections, as well as repairs and procurement of individual components, for extinguishing installations of the type sprinklers, water mist and gas.
Procedure identifier : c904947f-2b28-4b91-a841-8a7250374830
Internal identifier : 25/27
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 35110000 Firefighting, rescue and safety equipment
Additional classification ( cpv ): 35111000 Firefighting equipment
Additional classification ( cpv ): 35111200 Firefighting materials
Additional classification ( cpv ): 35111500 Fire suppression system
Additional classification ( cpv ): 44115500 Sprinkler systems
Additional classification ( cpv ): 44480000 Miscellaneous fire-protection equipment
Additional classification ( cpv ): 45312100 Fire-alarm system installation work
Additional classification ( cpv ): 45343000 Fire-prevention installation works
Additional classification ( cpv ): 45343100 Fireproofing work
Additional classification ( cpv ): 45343200 Firefighting equipment installation work
Additional classification ( cpv ): 45343210 CO2 fire-extinguishing equipment installation work
Additional classification ( cpv ): 45343230 Sprinkler systems installation work
Additional classification ( cpv ): 51700000 Installation services of fire protection equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )

2.1.3 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

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.
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)
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).
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?
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-0000

Title : Control and service of automatic extinguishing systems.
Description : Framework agreement for the inspection and service of automatic extinguishing systems in Boligbygg ́s portfolio. Concerns annual inspections, as well as repairs and procurement of individual components, for extinguishing installations of the type sprinklers, water mist and gas.
Internal identifier : 25/27

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 35110000 Firefighting, rescue and safety equipment
Additional classification ( cpv ): 35111000 Firefighting equipment
Additional classification ( cpv ): 35111200 Firefighting materials
Additional classification ( cpv ): 35111500 Fire suppression system
Additional classification ( cpv ): 44115500 Sprinkler systems
Additional classification ( cpv ): 44480000 Miscellaneous fire-protection equipment
Additional classification ( cpv ): 45312100 Fire-alarm system installation work
Additional classification ( cpv ): 45343000 Fire-prevention installation works
Additional classification ( cpv ): 45343100 Fireproofing work
Additional classification ( cpv ): 45343200 Firefighting equipment installation work
Additional classification ( cpv ): 45343210 CO2 fire-extinguishing equipment installation work
Additional classification ( cpv ): 45343230 Sprinkler systems installation work
Additional classification ( cpv ): 51700000 Installation services of fire protection equipment

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 07/07/2025
Duration end date : 06/07/2027

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract.
Description : The contracting authority will obtain a credit rating. The contracting authority reserves the right to request other financial information if needed.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer shall be a legally established company.
Description : 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 : Technical and professional ability
Name : The tenderer shall have good experience from similar assignments. By similar means assignments of the same nature, complexity, degree of difficulty and scope.
Description : Tenderers shall submit the following documentation of experience with automatic extinguishing systems: - An overview of the 4 most important relevant assignments carried out in the last 3 years for sprinkler and water mist systems and for other systems. Annex 5 Reference Form must be completed. The contracting authority reserves the right to check the stated references.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers must have the relevant capacity to fulfil the contract.
Description : Tenderers shall submit the following documentation of relevant capacity to fulfil the assignment: • Completed annex 6 Competence Matrix The tenderer shall document in the matrix form the company ́s personnel in accordance with FG - 900:3 and with other competence areas applicable automatic extinguishing systems, with personnel it is understood that personnel who are offered to the contract and not the entire company.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have FG-certification FG-910 Automatic extinguishing systems.
Description : Copy of certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a relevant quality assurance system for the content of the contract.
Description : A description of the tenderer ́s quality assurance methods. Alternatively: Certificate for the company's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract ́s environmental provisions (see contract point 12. This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract.
Description : A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation. Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in Regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses, cf. This means that the Tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as to prevent environmental degradation and corruption.
Description : A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: Formal policies/guidelines that cover an obligation to comply with the requirements of responsible businesses. The attached reply form must be used to document fulfilment of the requirement. The reply form contains guidance that the tenderer is expected to use in order to minimise the risk of deviations from the tender requirements. Tenderers can submit other documentation for the requirements, but the contracting authority strongly encourages to use the form to document fulfilment of the qualification requirements. If a tenderer would like to use other companies to document fulfilment of the qualification requirement, a completed and signed commitment statement must be enclosed with the tender. The template for the commitment statement is attached in the tender documentation. Documents can be enclosed in English, Swedish and Danish in order to document fulfilment of the qualification requirements for due diligence assessments for responsible businesses.
Use of this criterion : Used

5.1.11 Procurement documents

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 : Required
Deadline for receipt of tenders : 25/04/2025 21:59 +00:00
Information about public opening :
Opening date : 27/04/2025 22:00 +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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : KOFA

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Boligbygg Oslo KF
Registration number : 974 780 747
Postal address : Postboks 1192 Sentrum
Town : Oslo
Postcode : 0107
Country : Norway
Contact point : Niels Fredrik Brandvol Hohle
Telephone : +47 47796423
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : KOFA
Registration number : 918 195 548
Postal address : Zander Kaaes gate 7
Town : Bergen
Postcode : 5015
Country : Norway
Telephone : +47 55193000
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : f78747fc-8571-4f74-aac5-82ac316eb851 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/03/2025 08:49 +00:00
Notice dispatch date (eSender) : 24/03/2025 10:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00192094-2025
OJ S issue number : 59/2025
Publication date : 25/03/2025