Framework agreement for consultancy engineering services within water and sewage.

Sigdal municipality is the contracting authority for this framework agreement. Sigdal municipality is a versatile municipality in Buskerud county, known for its natural landscape, rich cultural heritage and active communities. The municipality covers a large geographical area with several urban settlements, but also scattered settlements. There are also a lot …

CPV: 71000000 Архитектурни, строителни, инженерни и инспекционни услуги, 71800000 Консултантски услуги в областта на водоснабдяването и отпадъчните води, 90400000 Услуги, свързани с отпадъчни води, 71300000 Инженерни услуги в строителството, 71310000 Консултантски инженерни и строителни услуги, 71311000 Консултантски услуги по проектиране и конструиране на строителни съоръжения, 71311200 Консултантски услуги, свързани с транспортни системи, 71318000 Съвети, препоръки и консултации по инженерни въпроси, 71320000 Инженерни услуги по проектиране и конструиране, 71322000 Инженерни услуги по проектиране и конструиране на строителни съоръжения, 71330000 Разнообразни инженерни услуги
Краен срок:
Окт. 6, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Framework agreement for consultancy engineering services within water and sewage.
Издаващ орган:
SIGDAL KOMMUNE
Номер на наградата:
1113

1. Buyer

1.1 Buyer

Official name : SIGDAL KOMMUNE
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for consultancy engineering services within water and sewage.
Description : Sigdal municipality is the contracting authority for this framework agreement. Sigdal municipality is a versatile municipality in Buskerud county, known for its natural landscape, rich cultural heritage and active communities.  The municipality covers a large geographical area with several urban settlements, but also scattered settlements. There are also a lot of holiday homes in the municipality. The contracting authority for this framework agreement will be Sigdal municipality as well as the municipally owned water and sewage company Eggedal Vann og Avløpsselskap AS, which provides services for large parts of the holiday home on the mountain. The contracting authority would like to enter into a contract with a tenderer who can offer services that cover the contracting authority ́s need for consultancy engineering services within water, sewage and surface water (RIVA). The assignments in the framework agreement will vary, but will mainly have one or several of the following purposes: * Draft project * Preliminary project * Detailed project * Tender/performance description * Applications by agreement * Site inspections and follow-up * Warranty cases The contract will be in accordance with NS 8402 General contract terms for consultancy assignments paid in accordance with hours used. The contracting authority reserves the right to ask for a fixed price for call-offs and in such cases NS 8401 General contract terms for engineering design assignments (fixed price) will be used.
Procedure identifier : fc8127f8-a178-431e-9f6c-74c6eacf976e
Internal identifier : 1113
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 90400000 Sewage services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71330000 Miscellaneous engineering services

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone
Maximum value of the framework agreement : 5 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
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?
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.
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).
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).
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).
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Is the tenderer 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?
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.
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 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.
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?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
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.
Offence concerning its professional conduct in the domain of defence procurement : 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the country : Is the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Framework agreement for consultancy engineering services within water and sewage.
Description : Sigdal municipality is the contracting authority for this framework agreement. Sigdal municipality is a versatile municipality in Buskerud county, known for its natural landscape, rich cultural heritage and active communities.  The municipality covers a large geographical area with several urban settlements, but also scattered settlements. There are also a lot of holiday homes in the municipality. The contracting authority for this framework agreement will be Sigdal municipality as well as the municipally owned water and sewage company Eggedal Vann og Avløpsselskap AS, which provides services for large parts of the holiday home on the mountain. The contracting authority would like to enter into a contract with a tenderer who can offer services that cover the contracting authority ́s need for consultancy engineering services within water, sewage and surface water (RIVA). The assignments in the framework agreement will vary, but will mainly have one or several of the following purposes: * Draft project * Preliminary project * Detailed project * Tender/performance description * Applications by agreement * Site inspections and follow-up * Warranty cases The contract will be in accordance with NS 8402 General contract terms for consultancy assignments paid in accordance with hours used. The contracting authority reserves the right to ask for a fixed price for call-offs and in such cases NS 8401 General contract terms for engineering design assignments (fixed price) will be used.
Internal identifier : 1573

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 90400000 Sewage services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71330000 Miscellaneous engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 1 + 1 year. The contract can be extended for 1+1 year. The total possible agreement period is four years.

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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirements: Credit rating equal to A (credit worthy) or better, measured against Bisnode Norway AS' AAA rating system or equivalent score from another reputable rating company. The rating shall be based on the last known accounting figures and it shall be carried out by a credit information company with licence to conduct this service. Recently established companies with an credit rating, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre will not always be able to provide a credit rating as documentation that the qualification requirement is fulfilled. In such cases, this will be compensated by providing alternative documentation together with the tender.
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order. Documentation requirements: A certificate shall be submitted for paid VAT, tax and social security contributions. Certificate issued by the competent authority in the member country, confirming that the tenderer has fulfilled his VAT, tax and social security obligations in the country where the tenderer/contractor belongs (Norwegian tax and VAT certificate is common and can be ordered from altinn.no, RF-1507, previous RF-1244) in accordance with the legal provisions in the country. The certificate must not be more than six months old.

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Environmental management system and routines for taking care of climate and environmental considerations in the implementation of the assignment. The environmental criteria will be assessed as follows: Point 1: EMAS = 10 points, ISO 14001 = 9 points, Miljøfyrtårn = 7 points, Egen redelse = 0 to 5 points depending on the degree of concrete measures and routines. Point 2 = Best reply will be given 10 points and other responses will be given between 0 and 10 points from a distance to a best response. The average of points 1 and 2 is weighted 30% into the total score.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Price
Description : Price and costs. The price criteria will be assessed as follows: The lowest price will be given 10 points. A double price for the lowest price will be awarded 0 points. A linear model is used. The score for the price is weighted 20% into the total score.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Quality of the offered personnel and implementation ability. This quality criterium will be assessed as follows: For both points, best response is given 10 points. Other responses will be given from 0 to 10 points from the distance to the best response. The average score for points 1 and 2 is weighted 20% into the total score.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Experience from equivalent geographical areas within engineering design in urban development in land municipalities as well as holiday homes in the mountains. Tenderers must also document experience with professional reviews for large areas with principle decisions, experience within combined use of no-dig and conventional excavation will count positively. The references will be contacted. This quality criterium will be assessed as follows: For both points, best response is given 10 points. Other responses will be given from 0 to 10 points from the distance to the response. The average score for points 1 and 2 is weighted 20% in the total score.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/1113
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 06/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : SIGDAL KOMMUNE
Organisation providing more information on the review procedures : SIGDAL KOMMUNE
Organisation receiving requests to participate : Artifik AS

8. Organisations

8.1 ORG-0001

Official name : SIGDAL KOMMUNE
Registration number : 964962766
Postal address : Kommunehuset
Town : SIGDAL
Postcode : 3350
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Ingrid Bakke
Telephone : +47 32711400
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826726342
Postal address : Postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 32211600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate

Notice information

Notice identifier/version : 0a494e2e-80e6-4c18-843a-c6babb1eedd1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/09/2025 12:48 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00585673-2025
OJ S issue number : 171/2025
Publication date : 08/09/2025