The Agency for Buildings and Property (EBE) manages approx. 1.2 million m2 buildings and is tasked with covering Bergen municipality ́s need for premises. The total property mass is divided between 8 districts. Most of the properties consist of approx. 100 schools and 60 nurseries. In addition there will be nursing homes, administration buildings and sports facilities. Bergen municipality, c/o EBE, intends to enter into a framework agreement as soon as possible with a tenderer for both ordinary (expert) and expert inspections of fasteners, as well as assembly of new sports equipment as needed. The contract is meant to cover the need in the buildings that are always managed by the Agency for Buildings and Property, but other departments will also be able to use the framework agreement as needed. The framework agreement comprises annual inspections (safety and condition evaluation) and maintenance of fasteners on fixed equipment indoor in gym halls, sports facilities, swimming pools and cultural halls, as well as inspections of fasteners for fixed fall protection equipment on the roof. Emphasis is put on the fact that the inspections apply to the actual fastening devices, and not to control the equipment itself. e.g. the marking of equipment, or loose measurements shall not be checked, and only the fastening device shall be checked on fixed targets. Maintenance means replacing wearing parts and repairs and repairs of errors and defects in fasteners. The Children's Urban Environment Agency currently carries out ordinary inspections of sports equipment and other fixed equipment outdoors in municipal playgrounds, schools and nurseries, with the exception of climbing walls over 3 metres, where inspections shall be included in this agreement. See Annex 4A Price Form for a more detailed overview of the systems operated by EBE. The estimated contract value is NOK 12 million excluding VAT over 4 years. The upper limit for the call-offs on the framework agreement is NOK 14 million excluding VAT over 4 years.
Frist
Fristen for mottak av tilbud var 2025-08-21.
Anskaffelsen ble publisert 2025-06-25.
Kunngjøring av konkurranse (2025-06-25) Gjenstand Anskaffelsens omfang
Tittel: R0005EBE - Framework agreement inspection of fasteners
Referansenummer: 2025/181685
Kort beskrivelse:
“The Agency for Buildings and Property (EBE) manages approx. 1.2 million m2 buildings and is tasked with covering Bergen municipality ́s need for premises....”
Kort beskrivelse
The Agency for Buildings and Property (EBE) manages approx. 1.2 million m2 buildings and is tasked with covering Bergen municipality ́s need for premises. The total property mass is divided between 8 districts. Most of the properties consist of approx. 100 schools and 60 nurseries. In addition there will be nursing homes, administration buildings and sports facilities. Bergen municipality, c/o EBE, intends to enter into a framework agreement as soon as possible with a tenderer for both ordinary (expert) and expert inspections of fasteners, as well as assembly of new sports equipment as needed. The contract is meant to cover the need in the buildings that are always managed by the Agency for Buildings and Property, but other departments will also be able to use the framework agreement as needed. The framework agreement comprises annual inspections (safety and condition evaluation) and maintenance of fasteners on fixed equipment indoor in gym halls, sports facilities, swimming pools and cultural halls, as well as inspections of fasteners for fixed fall protection equipment on the roof. Emphasis is put on the fact that the inspections apply to the actual fastening devices, and not to control the equipment itself. e.g. the marking of equipment, or loose measurements shall not be checked, and only the fastening device shall be checked on fixed targets. Maintenance means replacing wearing parts and repairs and repairs of errors and defects in fasteners. The Children's Urban Environment Agency currently carries out ordinary inspections of sports equipment and other fixed equipment outdoors in municipal playgrounds, schools and nurseries, with the exception of climbing walls over 3 metres, where inspections shall be included in this agreement. See Annex 4A Price Form for a more detailed overview of the systems operated by EBE. The estimated contract value is NOK 12 million excluding VAT over 4 years. The upper limit for the call-offs on the framework agreement is NOK 14 million excluding VAT over 4 years.
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Arkitekt-, konstruksjons-, ingeniør- og inspeksjonstjenester📦
Estimert verdi eksklusive mva: 14 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The Agency for Buildings and Property (EBE) manages approx. 1.2 million m2 buildings and is tasked with covering Bergen municipality ́s need for premises....”
Beskrivelse av anskaffelsen
The Agency for Buildings and Property (EBE) manages approx. 1.2 million m2 buildings and is tasked with covering Bergen municipality ́s need for premises. The total property mass is divided between 8 districts. Most of the properties consist of approx. 100 schools and 60 nurseries. In addition there will be nursing homes, administration buildings and sports facilities. Bergen municipality, c/o EBE, intends to enter into a framework agreement as soon as possible with a tenderer for both ordinary (expert) and expert inspections of fasteners, as well as assembly of new sports equipment as needed. The contract is meant to cover the need in the buildings that are always managed by the Agency for Buildings and Property, but other departments will also be able to use the framework agreement as needed. The framework agreement comprises annual inspections (safety and condition evaluation) and maintenance of fasteners on fixed equipment indoor in gym halls, sports facilities, swimming pools and cultural halls, as well as inspections of fasteners for fixed fall protection equipment on the roof. Emphasis is put on the fact that the inspections apply to the actual fastening devices, and not to control the equipment itself. e.g. the marking of equipment, or loose measurements shall not be checked, and only the fastening device shall be checked on fixed targets. Maintenance means replacing wearing parts and repairs and repairs of errors and defects in fasteners. The Children's Urban Environment Agency currently carries out ordinary inspections of sports equipment and other fixed equipment outdoors in municipal playgrounds, schools and nurseries, with the exception of climbing walls over 3 metres, where inspections shall be included in this agreement. See Annex 4A Price Form for a more detailed overview of the systems operated by EBE. The estimated contract value is NOK 12 million excluding VAT over 4 years. The upper limit for the call-offs on the framework agreement is NOK 14 million excluding VAT over 4 years.
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-08-21 10:00:00 📅
Vilkår for åpning av tilbud: 2025-08-21 10:00:00 📅
Vilkår for åpning av tilbud (Informasjon om autoriserte personer og åpningsprosedyre):
“Climate and environmental considerations in the procurement
The contracting authority estimates that the procurement, in its nature, has a climate footprint...”
Vilkår for åpning av tilbud (Informasjon om autoriserte personer og åpningsprosedyre)
Climate and environmental considerations in the procurement
The contracting authority estimates that the procurement, in its nature, has a climate footprint and an environmental impact that is immaterial.
The procurement ́s climate and environmental impact is transport, materials and waste. Relevant requirements are set in the contract and the requirement specifications in order to reduce the climate and environmental impact of the procurement.
With the relevant climate and environmental requirements in this market, it is possible to both ensure competition and ensure fulfilment of relevant climate and environmental services at the same time.
The contracting authority is then ensured to get the desired climate and environmental performance regardless of who wins the competition. The contracting authority ́s assessment is that the requirements in this procurement, particularly the use of zero emission vehicles and waste management requirements, take care of the most central climate and environmental considerations in connection with the services that are to be provided, and that the relevant requirements provide the best climate and environmental effect in connection with this procurement.
See the climate and environmental requirements in Annex 1 - the Contracting Authority's requirement specifications, Annex 7 - Transport requirements for goods and services and Annex 8 - Packaging Requirements.
Based on the above, the contracting authority will not evaluate the climate and environment in this procurement, c.f. the Public Procurement Regulations§ 7-9 (4).
Vis mer
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 3
Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive...”
Liste og kort beskrivelse av regler og kriterier
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.
Minimum qualification requirements
Requirement for an expert company. Tenderers must be a certified expert company within studio and stage rigging (SX) in order to carry out expert inspections, cf. the regulations on administrative schemes § 8-6 "Requirement for expert activities that shall inspect work equipment". Documentation: Certificate for expert activities within studio and stage rigging.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“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...”
Liste og kort beskrivelse av regler og kriterier
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: Documentation: Documentation must not be enclosed for tenderers registered in the Norwegian Register of Units. The contracting authority will check the registration by using the organisation number stated in the tenderer ́s Mercell profile. Tenderers who are not registered in the above register 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 established. Such a certificate shall not be issued more than six months before the tender deadline.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares...”
Liste og kort beskrivelse av regler og kriterier
Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Minimum qualification requirements
Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. The tenderer is required to have a minimum rating C (Moderate risk) in the credit company Creditsafe. Documentation: The contracting authority will check a credit rating carried out by the credit company Creditsafe, so the tenderer does not need to enclose their own credit rating. Newly established tenderers can submit a bank statement as proof of credit worthiness. If the tenderer is not registered in Creditsafe ́s registers, the company ́s last two auditor approved annual accounts shall be submitted upon request. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be submitted with the tender. The qualification requirement shall be fulfilled by the tender deadline date.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following...”
Liste og kort beskrivelse av regler og kriterier
Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Minimum qualification requirements
Tenderers shall have good and relevant experience. The experience shall include deliveries of equivalent complexity as the delivery requested in this competition. Equivalent complexity means experience from controlling a number of fastening devices at different locations, for public or private parties. Documentation requirement: Relevant experience shall be documented by stating a minimum of three (3) reference projects from the last three (3) years. The references are to be added directly to Mercell as a response to this point.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel...”
Liste og kort beskrivelse av regler og kriterier
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.
Minimum qualification requirements
Tenderers are required to have sufficient technical resources and the capacity to carry out the assignment in accordance with the contracting authority ́s needs. Documentation: Tenderers shall enclose an overview of personnel with technical/professional competence that are relevant for the execution of this delivery. The overview can preferably be in table form. Competence shall be documented from relevant expert control, expert inspection of similar equipment and inspection of climbing walls over 3 metres.
Tenderers must have a minimum of 3 inspectors with experience from inspecting fasteners for comparable installations.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including...”
Liste og kort beskrivelse av regler og kriterier
Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Minimum qualification requirements
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 submitted: + the system ́s name and detailed table of contents + general description of the contents 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 handling of deviations (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.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management...”
Liste og kort beskrivelse av regler og kriterier
Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Minimum qualification requirements
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 contents 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.
Vis mer
Hovedfinansieringsvilkår og betalingsordninger og/eller henvisning til relevante bestemmelser som regulerer dem:
“See the tender documentation.” Vilkår knyttet til kontrakten
Vilkår for kontraktoppfyllelse:
“See the tender documentation.”
Utfyllende informasjon Klageinstans
Navn: Hordaland tingrett
Nasjonalt registreringsnummer: 935 364 906
Postadresse: C. Sundsgate 42
Postnummer: 5020
Poststed: Bergen
Region: Vestland🏙️
Land: Norge 🇳🇴
E-post: gry@odinprosjekt.no📧
Telefon: 47396115📞
URL: https://www.bergen.kommune.no/🌏 Klageprosedyre
Presis informasjon om frister for klageprosedyrer:
“The waiting period in Meddelse will be notified of the award of contract.” Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2025/S 120-412423 (2025-06-25)