Kunngjøring av konkurranse (2026-02-06) Gjenstand Anskaffelsens omfang
Tittel: EBF-EEA 062-2025 Framework agreement Joinery services, Lot 2 - Area 2
Referansenummer: 2026/38687
Kort beskrivelse:
“The framework agreement shall cover the Agency for Housing Management (EBF) ́s need for continuing assignments within carpentry services.”
Kontrakttype: Bygge- og anleggsarbeid
Produkter/tjenester: Byggmester, tømrere- og snekker arbeid📦
Estimert verdi eksklusive mva: 120 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The framework agreement shall cover the Agency for Housing Management (EBF) ́s need for continuing assignments within carpentry services.”
Tilleggsprodukter/-tjenester: Deler av eller komplette byggekonstruksjoner samt anleggsarbeider📦
Tilleggsprodukter/-tjenester: Byggningsinnstallasjonsarbeid📦
Tilleggsprodukter/-tjenester: Ferdigstillende bygningsarbeid📦
Tilleggsprodukter/-tjenester: Snekkermonteringsarbeid📦
Tilleggsprodukter/-tjenester: Snekkerarbeid📦
Tilleggsprodukter/-tjenester: Trearbeid📦
Utførelsessted: Vestland🏙️
Varighet: 48 (MONTH)
Tidsrammen nedenfor er uttrykt i antall måneder.
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-03-13 09:00:00 📅
Vilkår for åpning av tilbud: 2026-03-13 09:00:00 📅
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
The tenderer has sufficient economic and financial capacity to fulfil the contract. The tenderer is required to have a minimum of rating B (moderate risk) in the credit company Proff Forvalt (forvalt.no). Documentation requirement: The contracting authority will check credit rating carried out by the credit company Proff Forvalt. Tenderers do not need to enclose their credit rating. Newly established tenderers can submit a bank statement as proof of credit worthiness. Foreign companies: The contracting authority will check the tenderer ́s financial situation itself from Proff Forvalt. If the tenderer is not registered in Proff Forvalt ́s registers, the company ́s last two auditor approved Annual Financial Statements 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 must be submitted by the tender deadline. If a tenderer will use other actors to fulfil the economic and financial capacity requirements, a signed commitment statement shall be enclosed.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The...”
Liste og kort beskrivelse av regler og kriterier
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
Tenderers shall refer to good experience that is relevant for the procurement as described in the procurement documents. The experience shall be of equivalent complexity and extent.
The reference projects shall include information stated in the ESPD form in Mercell. + The contracting authority shall provide the "recipients" in the field, as well as a gender neutral preferred with the name, telephone number, email address and role in the reference project. + In the field "Beskrivelse" there shall be a brief description of the project and state what makes the experience relevant for this procurement.
Documentation requirement: Relevant experience shall be documented by stating 2 to 5 reference projects from the last 5 years.
The reference projects will be added directly to Mercell as a response to this requirement. The contracting authority reserves the right to also contact the recipients of the reference projects.
If more than five reference projects are given, only the first five will be assessed. In addition to the stated references, the contracting authority reserves the right to emphasise their own experiences with the tenderer.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the...”
Liste og kort beskrivelse av regler og kriterier
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:
Minimum qualification requirements
Tenderers shall have sufficient competence and professional qualifications to manage and quality assure the delivery.
Documentation:
*Organization chart
* CVs demonstrating what experience and professional qualifications are possessed by a management group and/or key personnel who will be responsible for the delivery.
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 that is certified 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 that is certified 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: Bergen kommune
Nasjonalt registreringsnummer: 964 338 531
Postnummer: 5020
Poststed: Bergen
Region: Vestland🏙️
Land: Norge 🇳🇴 Klageprosedyre
Presis informasjon om frister for klageprosedyrer:
“Ten day waiting period.” Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2026/S 027-092471 (2026-02-06)