EBE 26 - 2024 Framework agreement for roofing and flashing and guttering.

Bergen municipality, c/o the Agency for Buildings and Properties (EBE) wishes to enter into a framework agreement for roofing and flashing and guttering work, including materials with a tenderer. The procurement concerns all types of roofing and flashing and guttering work: Maintenance and ongoing workA cut repairs, Solider planned jobs …

CPV: 44112400 Tejados, 44112500 Materiales para tejados, 45000000 Trabajos de construcción, 45260000 Trabajos de techado y otros trabajos de construcción especializados, 45261000 Trabajos de construcción de cubiertas y estructuras de cerramiento, y trabajos conexos, 45261200 Trabajos de recubrimiento y pintura de cubiertas, 45261210 Trabajos de recubrimiento, 45261900 Reparación y mantenimiento de tejados, 45330000 Trabajos de fontanería
Plazo:
25 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
EBE 26 - 2024 Framework agreement for roofing and flashing and guttering.
Organismo adjudicador:
Bergen kommune - Etat for bygg og eiendom
Número de premio:
2024/100109

1. Buyer

1.1 Buyer

Official name : Bergen kommune - Etat for bygg og eiendom
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : EBE 26 - 2024 Framework agreement for roofing and flashing and guttering.
Description : Bergen municipality, c/o the Agency for Buildings and Properties (EBE) wishes to enter into a framework agreement for roofing and flashing and guttering work, including materials with a tenderer. The procurement concerns all types of roofing and flashing and guttering work: Maintenance and ongoing workA cut repairs, Solider planned jobs up to NOK 5,000,000 (subject to reservation) the estimated start of the agreement is November 2024.
Procedure identifier : a1d8c77b-e443-451b-9bd4-5c08d735772b
Internal identifier : 2024/100109
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The Agency for Buildings and Property (EBE) manages, operates, maintains and develops the municipality ́s properties. The property mass consists of more than 1,000 buildings of around 1.2 million square meters and 5,000 undeveloped properties. Nearly 60 percent of the buildings are schools, nurseries and nurseries. The remaining are, among other things, office buildings, port buildings, fire stations, car parks and sports halls. Bergen municipality, c/o the Agency for Buildings and Property, intends to enter into a framework agreement as soon as possible with a tenderer for the delivery of roofing and flashing and guttering works. The procurement is for roofing and flashing and guttering work for all municipal buildings managed by EBE, Including e.g.: Sealing and replacing all types of existing roofs, including fittings/execution in roof structures Preventative cleaning of gutters/drains and roof areas, damage limitation and securing buildings for leaks and vandalism Work in connection with alterations, renovation and addition works The assignment also includes material deliveries, depositing demolition material and securing measures for their own personnel and the buildings' users. The list is not exhaustive, all assignments naturally related to the discipline are included.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45260000 Roof works and other special trade construction works
Additional classification ( cpv ): 44112400 Roof
Additional classification ( cpv ): 44112500 Roofing materials
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45261000 Erection and related works of roof frames and coverings
Additional classification ( cpv ): 45261200 Roof-covering and roof-painting work
Additional classification ( cpv ): 45261210 Roof-covering work
Additional classification ( cpv ): 45261900 Roof repair and maintenance work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 90 000 000 Norwegian krone
Maximum value of the framework agreement : 90 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

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

5. Lot

5.1 Lot technical ID : LOT-0000

Title : EBE 26 - 2024 Framework agreement for roofing and flashing and guttering.
Description : Bergen municipality, c/o the Agency for Buildings and Properties (EBE) wishes to enter into a framework agreement for roofing and flashing and guttering work, including materials with a tenderer. The procurement concerns all types of roofing and flashing and guttering work: Maintenance and ongoing workA cut repairs, Solider planned jobs up to NOK 5,000,000 (subject to reservation) the estimated start of the agreement is November 2024.
Internal identifier : 2024/100109

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45260000 Roof works and other special trade construction works
Additional classification ( cpv ): 44112400 Roof
Additional classification ( cpv ): 44112500 Roofing materials
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45261000 Erection and related works of roof frames and coverings
Additional classification ( cpv ): 45261200 Roof-covering and roof-painting work
Additional classification ( cpv ): 45261210 Roof-covering work
Additional classification ( cpv ): 45261900 Roof repair and maintenance work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contracting authority has the option to extend the contract for up to a further 2 years, to a total maximum of 4 years. The contracting authority can choose to extend the contract in several stages, for example, for 1 year at a time.

5.1.5 Value

Estimated value excluding VAT : 90 000 000 Norwegian krone
Maximum value of the framework agreement : 90 000 000 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 : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract/contract. The contracting authority will obtain a credit rating of each tenderer from Creditsafe ( https://www.creditsafe.com). For this contract/contract, credit worthiness with credit rating B (low risk (minimum 51 out of 100 in the number rating) will be sufficient to meet the requirement. Tenderers with a rating lower than B will be rejected. Newly established tenderers shall not be worse than AN (creditworthy newly established companies) or equivalent if a different rating is used (number rating). Newly established companies may alternatively submit a bank statement as proof of credit worthiness. Foreign tenderers shall, upon request, submit a credit rating report from companies licensed by the Norwegian Data Protection Authority to operate credit information activities in Norway or from companies with equivalent approval in the EU/EEA Member State. If a tenderer is not registered in Creditsafe, the tenderer must make sure to add reservations to their tender offer with documentation of fulfilment of the requirement from another valid credit rating company. This requirement shall be met by the tender deadline date. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Quality assurance system
Description : The contracting authority requires that all tenderers have implemented a quality management system that is satisfactory to ensure the quality of execution in this contract. Documentation requirement: Description of the company ́s implemented quality management system. A certificate shall be submitted for the company's quality management system issued by independent bodies that confirm that the company fulfils certain quality management standards, for example ISO 9001. If the company does not have such certificate, other documentation of the company's quality management system shall be provided. In such cases as a minimum the following shall be provided: * the system's name and detailed table of contents * general description of the content of the system, including an overview of control plans and check-lists that are relevant for this contract * organisation chart showing the responsibilities in the quality management system * description of routines for internal control and deviation management (work with corrective and preventive measures) * a description of how the system will be used to perform internal control and deviation management (work with corrective and preventive measures) * a description of how the system will be used to. ensure the quality of this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental management system
Description : The contracting authority requires suppliers who are certified from independent third parties that confirm that the tenderer has procedures and systems that ensure that the execution of the delivery has a low environmental impact. Documentation requirement: Tenderers shall submit certificates from independent bodies that document an established and satisfactory environmental management system. Documentation is required that the tenderer is either environmentally certified in accordance with valid ISO 14001, is Eco-Lighthouse, is certified by EMAS, or are certified by equivalent third parties. If a company does not have such certificates, other documentation of the company's environmental management system must be submitted. In such cases as a minimum the following shall be submitted: * the system's name and detailed table of contents * general description of the content of the system, including an overview of control plans and check-lists that are relevant for this contract * organisation chart showing the responsibilities in the environmental management system * description of routines for internal control and deviation management (work with corrective and preventive measures) * a description of how the system will be used in order to get reduced environmental impact in this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Tenderers shall be a legally registered company. Documentation: For tenderers registered in the The Norwegian Register of Business Units does not need to enclose documentation. The Contracting Authority will check registration by using the organisation number stated in the tenderer's Mercell profile. For tenderers who are not are registered in the above mentioned register, tenderers must present a certificate or confirmation (equivalent company registration certificate) for registration in a trade or business register as prescribed by the law of the country where the tenderer is is established. Such a certificate shall not be issued more than six months before the tender deadline.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for building and construction works:
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration. Minimum qualification requirements Requirement: Tenderers shall have good and relevant experience. The experience shall include deliveries of equivalent complexist as requested in this competition. Documentation requirement: Relevant experience shall be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last five (5) years, filled in the reference list template (annex 2). The description must include a statement of the scope/type of the assignment, the project ́s cost/value, date, the tenderer ́s role in the assignment and the recipient (name, telephone number and email address). It is the tenderer ́s responsibility to document relevance through the description. The references are to be added directly to Mercell as a response to this point. If more than five reference projects are given, only the first five will be assessed. It is the tenderer ́s responsibility to document relevance through the description.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For public building and construction work, technical personnel or units that shall carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Price/Costs
Description : Under this criteria the evaluation sum will be assessed consisting of: -SUM hourly rates for personnel -SUM unit prices work -SUM mark-up percentage of material.
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Assignment comprehension
Description : The tenderer ́s assignment comprehension will be assessed under this criteria, including how the assignment is intended to be carried out.
Weight (percentage, exact) : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/09/2024 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/232100633.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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 25/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 25/09/2024 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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : Hordaland tingrett
Review organisation : Hordaland tingrett
Organisation providing more information on the review procedures : Bergen kommune - Etat for bygg og eiendom

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune - Etat for bygg og eiendom
Registration number : 964338531
Department : Etat for bygg og eiendom
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Torjan Haaland
Telephone : +47 90063037
Internet address : https://odinprosjekt.no/
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926 723 367
Town : Bergen
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : b4bc3ce2-43f4-4152-a317-857f64d9f682 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/08/2024 09:54 +00:00
Notice dispatch date (eSender) : 21/08/2024 10:04 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00505058-2024
OJ S issue number : 163/2024
Publication date : 22/08/2024