Back to tenders & grants page
Norway-Bergen: Architectural, construction, engineering and inspection services Electronics & Electrical , Consumer Goods & Services, Construction & Engineering, Machinery & Equipment Norway-Bergen: Architectural, construction, engineering and inspection services
Receive Tenders like this by email

Norway-Bergen: Architectural, construction, engineering and inspection services

Norway-Bergen: Architectural, construction, engineering and inspection services has been closed on 19 Mar 2021. It no longer accepts any bids. For further information, you can contact the Bergen kommune (964338531)

Bellow, you can find more information about this project: 

Location: Norway

General information

Donor:

Bergen kommune (964338531)

Industry:

Electronics & Electrical

Consumer Goods & Services

Construction & Engineering

Machinery & Equipment

Status:

Closed

Timeline

Published:

19 Feb 2021

Deadline:

19 Mar 2021

Value:

Not available

Contacts

Name:

Gry Loftesnes

Phone:

+47 47396115

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:88805-2021:TEXT:EN:HTML&src=0&tabId=2

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Bergen kommune
National registration number: 964338531
Postal address: Serviceboks 7880
Town: Bergen
NUTS code: NO NORGE
Postal code: 5020
Country: Norway
Contact person: Gry Loftesnes
E-mail: [email protected]
Telephone: +47 47396115
Internet address(es):
Main address: https://permalink.mercell.com/136667794.aspx
Address of the buyer profile: https://www.bergen.kommune.no/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/136667794.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/136667794.aspx
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

EØS 063-2020 (EEA 063-2020) Framework Agreement for Control of Fasteners

Reference number: 2020/71111
II.1.2)Main CPV code
71000000 Architectural, construction, engineering and inspection services
II.1.3)Type of contract
Services
II.1.4)Short description:

Etat for bygg og eiendom (EBE) (the Agency for Buildings and Property) manages approx. 1.2 million m2 buildings, and has the task of covering Bergen kommune's (Bergen Municipality's) need for premises. The buildings are located in 8 city districts. The majority of the properties consists of approx. 100 schools and 60 nursery schools. In addition there are nursing homes, administration buildings, and sports centres.

To cover the municipality's need for ongoing maintenance and operation of of the properties, Bergen Municipality c/o the Agency for Buildings and Property, intends to enter into a framework agreement with a supplier for both regular (skilled) and expert control of fasteners.

II.1.5)Estimated total value
Value excluding VAT: 7 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
44500000 Tools, locks, keys, hinges, fasteners, chain and springs
50700000 Repair and maintenance services of building installations
50710000 Repair and maintenance services of electrical and mechanical building installations
71630000 Technical inspection and testing services
71700000 Monitoring and control services
II.2.3)Place of performance
NUTS code: NO051 Hordaland
Main site or place of performance:

Bergen Municipality.

II.2.4)Description of the procurement:

The framework agreement concerns annual inspection (safety and condition assessment) and maintenance of fasteners for fixed equipment indoors in gyms, sports facilities, swimming pools and cultural centres. The purpose is to safeguard requirements concerning systematic internal inspections (cf. The Internal Control Regulation) when using fixed sports equipment, lifting and sliding walls, and requirements for expert control of work equipment (studio and stage rigs) and water slides, cf. regulations on performance of work (chap. 13), to ensure the safety of the users of the equipment/buildings.

Barnas byrom (Bymiljøetaten) [the Agency for Urban Environment] currently carries out ordinary control of sports equipment and other fixed equipment outdoor on municipal playgrounds, schools and nursery schools, with the exception of climbing walls over three metres high, where control is included in this contract.

Maintenance means replacement of worn out parts, improvement and repair of errors and lack of fasteners.

The contract is intended to cover the need for the best possible maintenance of the municipal buildings that at all times are managed by the Agency for Buildings and Property, but other agencies will also have the opportunity to utilise the framework agreement as needed.

See Appendix 4A Price Form for a more detailed overview of the facilities operated by the Agency for Buildings and Property.

The controls primarily include the following assignments:

— control of equipment with fasteners indoors (in sports halls/gyms/training rooms/swimming pools), and outdoors (only for climbing walls over three metres high), including:

— lowerable sports equipment;

— beams, gymnastic rings, slings, boxing bags, etc., including wires, chains, stays etc.;

— climbing ropes etc.;

— ribbed walls;

— bouldering walls and climbing walls indoors and climbing walls over three metres high outdoors (the entire construction);

— goals (handball/football), including control of fasteners for goals, both in use and storage;

— basketball rings;

— starting blocks;

— diving boards;

— bungee (ropes with pulleys and couplings connected to belts, for use in advanced diving training);

— ordinary control of water chutes, including independent third party control of water chutes over two metres (expert control);

— guard net/grate/securing (for fixtures, windows, lights and ventilation);

— other relevant fixed equipment.

Lifting and sliding walls:

— control and possibly retraction of screw for fastening to roof structures;

— lubrication of bearings on lift axle and possibly other moving points;

— control and possibly retraction of shackles, wire clamps, steel clamps etc.;

— control and possible replacement of hoisting straps or hoisting cable;

— adjustment of end stop up/down for the wall;

— control and possible replacement of bolts and pulleys in life axle;

— control of attachments and joints on sound traps in walls and ceilings;

— control of motor for attachment, moving parts and possibly oiling trough.

The list above is not exhaustive.

Studio and stage rigs

— expert control of work equipment as specified in §13-1 in the regulation concerning execution of work, carried out in accordance with requirements in chapter 13.

The contract includes delivery of products that are necessary to repair and maintain equipment included in the contract.

NB: the purchase and installation of new sports equipment is not included in this contract.

The overview of equipment and buildings is not exhaustive and may be subject to supplementation and amendment during the contract period.

For some facilities, ordinary inspections are carried out mainly by our own operating personnel, including among others for ADO.

A tender conference will be held 25 February 2021, 13.00 on teams. Interested parties are requested to register via Mercell and provide an email address for the invitations. Deadline 24 February 2021, 14:00.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
II.2.6)Estimated value
Value excluding VAT: 7 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

The contract will be valid for 2 years, with an option for the contracting authority for up to further 2 years extension, to a maximum of 4 years.

The contracting authority can choose to extend the contract multiple times, for e.g. for 1 year at a time.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Requirements: tenderers must be a legally established company.

Documentation: Company Registration Certificate, which has been issued no more than 6 months before the tender deadline. Confirmation of registration in a trade or business register as prescribed by the law of the country in which the supplier is established (applies to foreign companies).

III.1.2)Economic and financial standing
Minimum level(s) of standards possibly required:

Sufficient economic and financial capacity.

Requirement: tenderers must have sufficient economic and financial capacity to fulfil the contractual obligations. The required financial capacity will be assessed in relation to the contract's value, services, risk and length.

Documentation for Norwegian tenderers: the contracting authority will check tenderers' financial situation from DIFI's eBevis, Proff Forvalt (https://forvalt.no/) and/or via information given by Creditsafe (https://www.creditsafe.com), and can obtain further information from the Brønnøysund Register Centre. Note that the tender documentation includes guidelines for how tenderers can supplement available information if they wish to do so.

Documentation for foreign tenderers: tenderers must, upon request, submit a credit rating report from a company that has a licence from the Norwegian Data Protection Authority to operate a credit information company in Norway, possibly from a company with the equivalent certification in a member country of the EU/EEA. The credit rating report must be based on updated accounting information.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

— Minimum requirement for qualification requirement: tenderers must have good and relevant experience. The experience must be from assignments of an equivalent complexity as the services requested in this contest.

Documentation requirement: relevant experience is to be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last three (3) years. Information on this point is to be given in Mercell. Only the first five projects will be assessed if more than five reference projects are listed.

— Minimum requirement for qualification requirement: tenderers are required to have sufficient technical resources and the capacity to fulfil the assignment in accordance with the contracting authority's needs.

Documentation: tenderers must attach an overview of personnel with relevant technical/specialist competence for the fulfilment of this delivery.

The tenderer must have a minimum of three installers with experience relevant to this contract.

— Minimum requirement for qualification requirement: the contracting authority requires that tenderers have procedures and systems for quality assurance.

Quality management documentation: description of the company's procedures for quality management, with emphasis on quality assurance, resource management, managements' responsibility, and continual analysis and improvement. If a tenderer holds an ISO 9001:2008 certificate (or newer version), such a certificate will be accepted as documentation of compliance with the qualification requirement.

— Minimum requirement for qualification requirement: the contracting authority requires tenderers to have procedures and systems in place that ensure low environmental impact from the execution of the delivery.

Documentation: description of the company's routines and systems for ensuring low environmental impact when carrying out the delivery. If the company has environmental certification in accordance with ISO 14001:2004 (or a more recent version), EMAS, Miljøfyrtårn, or equivalent 3rd party verified systems, such a certificate will be accepted as documentation for fulfilment of the qualification requirement.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Requirements regarding wages and working conditions.

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/03/2021
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 19/03/2021
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Bergen tingrett
Postal address: Postboks 7412
Town: Bergen
Country: Norway
E-mail: [email protected]
VI.5)Date of dispatch of this notice:
16/02/2021

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more