Bergen municipality, c/o the Building and Property Department (EBE), intends to enter into a framework agreement with two tenderers for the delivery of service, ongoing maintenance and repairs to the municipality's combined cooling and climate technical installations. This includes, among other things, heat pumps (air/air, air/water and fluid/water), dehumidifiers, ventilation installations (type 36.03 etc.), freezer and cooling installations, condensers for freezing and cooling installations, as well as "fancoils"/air coolers. The framework agreement shall also include the procurement and assembly of new installations within the same categories when the municipality needs this. The framework agreement shall be divided into two sub-contracts: Sub-contract 1 includes works in the Bergenhus, Årstad, Åsane and Arna districts (expected to make up approx. 60% of the estimated volume). Sub-contract 2 includes works in Fana, Ytrebygda, Laksevåg and Fyllingsdalen districts (expected to make up approx. 40% of the estimated volume). Emphasis is put on the fact that the distribution of the volume of the two sub-contracts is only estimates, so that real distribution can deviate to a significant degree. Tenderers shall submit tenders for both lots, but only one contract shall be awarded per tenderer, so that two different tenderers will be awarded. If a tenderer submits a tender with the highest point score for both lots, the tenderer will be awarded sub-contract 1, which is anticipated to have the largest volume. Tenderer ranked second will then be awarded sub-contract 2.
Frist
Fristen for mottak av tilbud var 2025-12-19.
Anskaffelsen ble publisert 2025-11-18.
Kunngjøring av konkurranse (2025-11-18) Gjenstand Anskaffelsens omfang
Tittel: R0009EBE - Framework agreement for the maintenance and service of heat pumps, cooling, refrigerating and dehumidifying installations.
Referansenummer: 2025/223826
Kort beskrivelse:
“Bergen municipality, c/o the Building and Property Department (EBE), intends to enter into a framework agreement with two tenderers for the delivery of...”
Kort beskrivelse
Bergen municipality, c/o the Building and Property Department (EBE), intends to enter into a framework agreement with two tenderers for the delivery of service, ongoing maintenance and repairs to the municipality's combined cooling and climate technical installations. This includes, among other things, heat pumps (air/air, air/water and fluid/water), dehumidifiers, ventilation installations (type 36.03 etc.), freezer and cooling installations, condensers for freezing and cooling installations, as well as "fancoils"/air coolers. The framework agreement shall also include the procurement and assembly of new installations within the same categories when the municipality needs this. The framework agreement shall be divided into two sub-contracts: Sub-contract 1 includes works in the Bergenhus, Årstad, Åsane and Arna districts (expected to make up approx. 60% of the estimated volume). Sub-contract 2 includes works in Fana, Ytrebygda, Laksevåg and Fyllingsdalen districts (expected to make up approx. 40% of the estimated volume). Emphasis is put on the fact that the distribution of the volume of the two sub-contracts is only estimates, so that real distribution can deviate to a significant degree. Tenderers shall submit tenders for both lots, but only one contract shall be awarded per tenderer, so that two different tenderers will be awarded. If a tenderer submits a tender with the highest point score for both lots, the tenderer will be awarded sub-contract 1, which is anticipated to have the largest volume. Tenderer ranked second will then be awarded sub-contract 2.
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Reparasjon og vedlikehold av kjøleanlegg📦
Estimert verdi eksklusive mva: 44 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“Bergen municipality, c/o the Building and Property Department (EBE), intends to enter into a framework agreement with two tenderers for the delivery of...”
Beskrivelse av anskaffelsen
Bergen municipality, c/o the Building and Property Department (EBE), intends to enter into a framework agreement with two tenderers for the delivery of service, ongoing maintenance and repairs to the municipality's combined cooling and climate technical installations. This includes, among other things, heat pumps (air/air, air/water and fluid/water), dehumidifiers, ventilation installations (type 36.03 etc.), freezer and cooling installations, condensers for freezing and cooling installations, as well as "fancoils"/air coolers. The framework agreement shall also include the procurement and assembly of new installations within the same categories when the municipality needs this. The framework agreement shall be divided into two sub-contracts: Sub-contract 1 includes works in the Bergenhus, Årstad, Åsane and Arna districts (expected to make up approx. 60% of the estimated volume). Sub-contract 2 includes works in Fana, Ytrebygda, Laksevåg and Fyllingsdalen districts (expected to make up approx. 40% of the estimated volume). Emphasis is put on the fact that the distribution of the volume of the two sub-contracts is only estimates, so that real distribution can deviate to a significant degree. Tenderers shall submit tenders for both lots, but only one contract shall be awarded per tenderer, so that two different tenderers will be awarded. If a tenderer submits a tender with the highest point score for both lots, the tenderer will be awarded sub-contract 1, which is anticipated to have the largest volume. Tenderer ranked second will then be awarded sub-contract 2.
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-12-19 11:00:00 📅
Vilkår for åpning av tilbud: 2025-12-19 11:00:00 📅
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 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 relevant complexity that the delivery 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 three (3) years. 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.
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 certified quality management system that is satisfactory to ensure the quality of the execution of this contract.
Documentation requirement:
Certificate issued by an independent body approved for certification. The certificate must confirm that the tenderer's quality management system complies with requirements in a relevant European standard, for example ISO 9001.
If a tenderer does not have such a certificate, the tenderer must provide other documentation for quality assurance measures that are equivalent to a relevant European quality assurance standard. Tenderers must also document that the measures are equivalent to those required in accordance with such quality assurance standard.
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 that all tenderers have implemented procedures and systems, certified by independent third parties, that ensure that the execution of this contract has a low impact on the environment.
Documentation requirement:
Certificate issued by an independent body approved for certification. The certificate must confirm that the tenderer's environmental management system complies with requirements in a relevant standard. Documentation is required that the tenderer either has an Eco-lighthouse certificate, is EMAS certified, is certified in accordance with ISO 14001, or have a valid certificate from other relevant environmental management schemes or standards.
If a tenderer does not have such a certificate, the tenderer must provide other documentation for environmental management measures that are equivalent to a relevant environmental management scheme or standard. Tenderers must also document that the measures are equivalent to those required in accordance with such an environmental management scheme or standard.
Tenderers who are qualified on the basis of other documentation for environmental management measures than the third-party certification that is awarded the contract, will be obliged to carry out third-party certification of their environmental management system. This is further described in the contractual requirements that are included in the annex for changes to the standard contract.
Utfyllende informasjon Klageinstans
Navn: Hordaland tingrett
Nasjonalt registreringsnummer: 926723367
Postnummer: 5004
Poststed: Bergen
Region: Vestland🏙️
Land: Norge 🇳🇴
E-post: hordaland.tingrett@domstol.no📧
Telefon: 55 69 97 00📞 Tjeneste hvor informasjon om klageprosedyren kan innhentes
Navn: Bergen kommune - Etat for bygg og eiendom
Nasjonalt registreringsnummer: 964338531
Postadresse: Postboks 7700
Postnummer: 5020
Poststed: Bergen
Region: Vestland🏙️
Land: Norge 🇳🇴
E-post: torjan.haaland@bergen.kommune.no📧
Telefon: +47 05556📞
URL: https://www.bergen.kommune.no🌏 Klageprosedyre
Presis informasjon om frister for klageprosedyrer:
“10 days waiting period after notification.” Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2025/S 223-766543 (2025-11-18)