The Builder Organisation of New Treatment Facilities Indre Østfold municipality

Indre Østfold municipality shall construct a new treatment facility. The aim is to enter into an agreement with a tenderer who will be responsible for daily management of the project, i.e. plan, organise, quality assure, manage and control the total execution of the project. This agreement only includes consultants for …

CPV: 71000000 Architektonické, stavební, technické a inspekční služby, 71800000 Poradenství v oblasti dodávek vody a odpadu
Termín:
17. června 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
The Builder Organisation of New Treatment Facilities Indre Østfold municipality
Misto zadání:
Indre Østfold kommune
Číslo zakázky:
25/3945

1. Buyer

1.1 Buyer

Official name : Indre Østfold kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : The Builder Organisation of New Treatment Facilities Indre Østfold municipality
Description : Indre Østfold municipality shall construct a new treatment facility. The aim is to enter into an agreement with a tenderer who will be responsible for daily management of the project, i.e. plan, organise, quality assure, manage and control the total execution of the project. This agreement only includes consultants for project management. When making procurements for consultancy services beyond that included in this agreement, the chosen tenderer will be incompetent in the procurement of consultancy services for the project.
Procedure identifier : ccb84a8d-87e3-4ba4-9da3-5f449f2a50b1
Internal identifier : 25/3945
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

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

2.1.2 Place of performance

Postal address : Bakkegata 5
Town : Askim
Postcode : 1830
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information : Execution in the contracting authority ́s premises in Indre Østfold.

2.1.4 General information

Legal basis :
Directive 2014/25/EU

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?
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?
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 : 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?
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 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?
Business activities are suspended : Has the tenderer's business conduct been stopped?
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : The Builder Organisation of New Treatment Facilities Indre Østfold municipality
Description : Indre Østfold municipality shall construct a new treatment facility. The aim is to enter into an agreement with a tenderer who will be responsible for daily management of the project, i.e. plan, organise, quality assure, manage and control the total execution of the project. This agreement only includes consultants for project management. When making procurements for consultancy services beyond that included in this agreement, the chosen tenderer will be incompetent in the procurement of consultancy services for the project.
Internal identifier : 25/3945

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

5.1.2 Place of performance

Postal address : Bakkegata 5
Town : Askim
Postcode : 1830
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information : Execution in the contracting authority ́s premises in Indre Østfold.

5.1.3 Estimated duration

Start date : 15/09/2025
Duration end date : 31/12/2032

5.1.4 Renewal

Maximum renewals : 0

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be a legally established company, registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company registration certificate from the Brønnøysund Register Centre, which is documented through eBevis Foreign companies shall enclose a certificate showing confirmation that the company is registered in a trade or business register as described in the law of the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient financial capacity to carry out the contractual works.  Documentation requirement Annual accounts for the last 3 years and the auditor ́s report. Credit rating, not older than 3 months. Tenderers must as a minimum have good credit worthiness.  The rating shall be carried out by a credit rating company with licence to conduct this service. If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted for that company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract.
Criterion : References on specified deliveries
Description : Tenderers must have experience with contracts from relevant projects with high complexity and scope. High complexity means projects with technical complicated installations (process engineering), with high requirements for operational efficiency of the finished facility, central elements of interaction, long execution, many actors and digital execution with 3D model tools.  Scope means projects with equivalent responsibilities and roles.  The reference projects are not required to have been completely completed, but the execution phase must have started.  Documentation requirement:  Tenderers shall give a description of the 3 most relevant assignments in the last 10 years. The description must include a statement of the assignment ́s value, date and recipient (with contact information). Contact information must be provided for the references and the contracting authority reserves the right to contact the references. It is the tenderer ́s responsibility to document relevance through the description. The reply shall be given in the attached form, annex 3_referansemal_tilbyders name, which is uploaded in the question below.
Criterion : Measures for ensuring quality
Description : Tenderers shall have a good and functioning quality assurance system, which shall ensure good quality of the delivered assignment. It shall be a system that ensures and improves the quality of the tenderer ́s organisation and in service deliveries. The system shall include the necessary procedures and processes necessary to achieve the planned quality. Documentation requirement: Certificates issued by independent bodies as documentation that the tenderer fulfils the stated quality assurance standards (for example ISO 9001), and the date of the last revision of the quality assurance system, or an account of the tenderer's quality assurance system.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have an established environmental management system. Documentation requirement: Certificate issued by an independent body that documents that the tenderer is environmentally certified, for example ISO 14001, EMAS, Miljøfyrtårn, or equivalent.

5.1.11 Procurement documents

Deadline for requesting additional information : 09/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=57320

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Description of the financial guarantee : .
Deadline for receipt of tenders : 17/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 114 Day
Information about public opening :
Opening date : 17/06/2025 10:01 +00:00
Place : Askim
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 : See the tender documentation
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the tender documentation

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 : Follo og Nordre Østfold tingrett -
Information about review deadlines : See the tender documentation
Organisation providing additional information about the procurement procedure : Indre Østfold kommune -
Organisation receiving requests to participate : Indre Østfold kommune -
Organisation processing tenders : Indre Østfold kommune -

8. Organisations

8.1 ORG-0001

Official name : Indre Østfold kommune
Registration number : 920123899
Department : Seksjon Anskaffelser
Postal address : Rådhusgata 22
Town : Askim
Postcode : 1830
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Linda Marie Lieberknecht
Telephone : +47 69681000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Follo og Nordre Østfold tingrett
Registration number : 926 725 920
Postal address : Postboks 64
Town : Ski
Postcode : 1401
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Telephone : 64 00 30 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 78e48c31-eb1a-4370-8ab5-8ccf71cbf197 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/05/2025 10:09 +00:00
Notice dispatch date (eSender) : 15/05/2025 10:09 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00316999-2025
OJ S issue number : 94/2025
Publication date : 16/05/2025