DIO-25-01 OPERATIONAL CONTRACT FOR THE OPERATIONAL ASSISTANCE IN OPPLAND

DIO consists of a board and has no employees, but it is entirely based on the purchase of the services. This tender is for a framework agreement for the service for carrying out the operation of DIO. The objective of the operational assistance is to assist municipalities and owners of …

CPV: 71000000 Архитектурни, строителни, инженерни и инспекционни услуги, 71300000 Инженерни услуги в строителството, 71356000 Технически услуги, 71800000 Консултантски услуги в областта на водоснабдяването и отпадъчните води
Краен срок:
Авг. 22, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
DIO-25-01 OPERATIONAL CONTRACT FOR THE OPERATIONAL ASSISTANCE IN OPPLAND
Издаващ орган:
DRIFTSASSISTANSEN FOR VANN OG AVLØP I OPPLAND
Номер на наградата:
DIO-25-01

1. Buyer

1.1 Buyer

Official name : DRIFTSASSISTANSEN FOR VANN OG AVLØP I OPPLAND
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : DIO-25-01 OPERATIONAL CONTRACT FOR THE OPERATIONAL ASSISTANCE IN OPPLAND
Description : DIO consists of a board and has no employees, but it is entirely based on the purchase of the services. This tender is for a framework agreement for the service for carrying out the operation of DIO. The objective of the operational assistance is to assist municipalities and owners of private water supply systems and sewage installations, so that the operation of their facility is as good as possible and that their own and the authorities ́ requirements are met. DiO shall not have operational responsibility for installations, but it shall be a professional guideline and competence body for the members.
Procedure identifier : f79f1426-2e1a-4a89-b6b4-ef5b74d2f3ec
Internal identifier : DIO-25-01
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : DiO's service areas mainly comprise professional assistance, operational control, reporting and operation follow-up of facilities, accredited sample taking, as well as competence development for persons who work daily with water and sewage in the area formerly Oppland county. See the tender documentation for the extent of the assignment.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71356000 Technical services

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement in accordance with part III of the Public Procurement Regulations.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
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?
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?
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 obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : DIO-25-01 OPERATIONAL CONTRACT FOR THE OPERATIONAL ASSISTANCE IN OPPLAND
Description : DIO consists of a board and has no employees, but it is entirely based on the purchase of the services. This tender is for a framework agreement for the service for carrying out the operation of DIO. The objective of the operational assistance is to assist municipalities and owners of private water supply systems and sewage installations, so that the operation of their facility is as good as possible and that their own and the authorities ́ requirements are met. DiO shall not have operational responsibility for installations, but it shall be a professional guideline and competence body for the members.
Internal identifier : DIO-25-01

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71356000 Technical services

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 120 Month

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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade 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.
Criterion : Other economic or 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: Minimum qualification requirements Tenderers shall have sufficient financial capacity to fulfil the assignment. Documented by an expanded report from Bisnode http://www.soliditet.no/. The report must be dated after the publication date for the competition. If this is not enclosed, Abakus will obtain an expanded report from Bisnode free of cost for the tenderer. The information in the report will form the basis for an assessment of the tenderer's economic and financial situation. Information given on the tender date will be used as a basis. A credit rating equivalent to or better than "A" or "AN" is required to participate in the competition.
Criterion : References on specified services
Description : 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 experience from equivalent assignments. Tendering companies shall describe a minimum of one equivalent assignment in the last three years. The description shall be filled in in the fields below.
Criterion : Certificates by independent bodies about 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? Minimum qualification requirements Documented by an account of the company's quality assurance system, including health, environment and safety that is relevant for this contract. If procedures are described in the company's quality management system in accordance with ISO9001 or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Criterion : Certificates by independent bodies about environmental management systems or 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? Minimum qualification requirements Documented by certificates issued by independent bodies as documentation that the tenderer fulfils certain environmental management systems or standards, cf. the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in Regulation (EF) no. 1221/2009 Article 45 or other environmental management standards based on relevant European or international standards from accredited bodies.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/261545800.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 : Not 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 : 22/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 22/08/2025 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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Gudbrandsdal tingrett
Information about review deadlines : In accordance with the Law on Public Procurements.

8. Organisations

8.1 ORG-0001

Official name : DRIFTSASSISTANSEN FOR VANN OG AVLØP I OPPLAND
Registration number : 981 441 699
Postal address : Abakus AS, Postboks 128
Town : ENGERDAL
Postcode : 2440
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : +47 47476000
Fax : +47 62458030
Internet address : http://www.abakus.as
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Gudbrandsdal tingrett
Registration number : 935364833
Town : Lillehammer
Postcode : 2602
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : ccd9569d-fcf5-4905-a4e8-fc17de3ada13 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/07/2025 12:20 +00:00
Notice dispatch date (eSender) : 11/07/2025 12:33 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00455559-2025
OJ S issue number : 132/2025
Publication date : 14/07/2025