Framework agreement plumbing services

The contracting authority would like to procure a framework agreement with one tenderer who shall cover the contracting authority ́s need for ban on water meters at the municipality ́s inhabitants. The delivery place is all of Lillesand municipality. The contracting authority has entered into a framework agreement for the …

CPV: 50410000 Repair and maintenance services of measuring, testing and checking apparatus, 38421100 Water meters, 45332000 Plumbing and drain-laying work
Deadline:
Nov. 21, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement plumbing services
Awarding body:
OFA IKS
Award number:
N/A

1. Buyer

1.1 Buyer

Official name : OFA IKS
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Framework agreement plumbing services
Description : The contracting authority would like to procure a framework agreement with one tenderer who shall cover the contracting authority ́s need for ban on water meters at the municipality ́s inhabitants. The delivery place is all of Lillesand municipality. The contracting authority has entered into a framework agreement for the delivery of water meters with some additional equipment. The latter framework agreement will be used for the delivery of water meters, but the former framework agreement shall, in other words, cover the execution of water meter replacement among the municipality's subscribers.
Procedure identifier : c53a4f8f-4671-4473-ae0a-9d8dc04b8b8b
Internal identifier : N/A
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50410000 Repair and maintenance services of measuring, testing and checking apparatus
Additional classification ( cpv ): 38421100 Water meters
Additional classification ( cpv ): 45332000 Plumbing and drain-laying work

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The work shall be carried out at given addresses with a need for replacing water meters within Kristiansand municipality.

2.1.3 Value

Estimated value excluding VAT : 7 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), Procurement Document, 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 of obligations set under purely national exclusion grounds : See ESPD Part III letter D.
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 : Framework agreement plumbing services
Description : The contracting authority would like to procure a framework agreement with one tenderer who shall cover the contracting authority ́s need for ban on water meters at the municipality ́s inhabitants. The delivery place is all of Lillesand municipality. The contracting authority has entered into a framework agreement for the delivery of water meters with some additional equipment. The latter framework agreement will be used for the delivery of water meters, but the former framework agreement shall, in other words, cover the execution of water meter replacement among the municipality's subscribers.
Internal identifier : N/A

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50410000 Repair and maintenance services of measuring, testing and checking apparatus
Additional classification ( cpv ): 38421100 Water meters
Additional classification ( cpv ): 45332000 Plumbing and drain-laying work

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The work shall be carried out at given addresses with a need for replacing water meters within Kristiansand municipality.

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 2+2 years - total maximum 6 years.

5.1.5 Value

Estimated value excluding VAT : 7 000 000 Norwegian krone
Maximum value of the framework agreement : 7 000 000 Norwegian krone

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : The tenderer shall be a legally established company. Documentation requirement: To be declared in the ESPD and tender letter. Documented on request: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Credit rating B, credit worthy with security is sufficient to meet the requirement. Tenderers must have positive equity. Documentation requirement: To be declared in the ESPD and tender letter. Documented on request: • Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : Technicians or technical bodies for quality control
Description : Delivery capacity and implementation ability Tenderers must have sufficient capacity and implementation ability to fulfil the contract. Documentation requirement: To be declared in the ESPD and tender letter. Documented on request: Description of the company's manpower and organisation with regard to deliveries in accordance with the framework agreement ́s requirements.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers are required to have a well-functioning quality assurance system, or are certified for quality assurance. Documentation requirement: To be declared in the ESPD and tender letter. Documented on request: If a tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. If the tenderer is not certified, a description shall be given of the tenderer ́s system (routines and measures) for quality assurance and any further documentation/certificates that concretely show what type of system the tenderer has and be able to document the following: a) Documented method/procedure for planning and carrying out assignments included in the framework agreement. b) Description of routines for self-control when performing the work c) Description of the company's system for following-up deviations and unwanted events, as well as other improvement work including revisions of the system. d) Description of the company's risk management system, including HSE e) Description of the company's alteration management system. f) Description of the company's system for following-up any sub-suppliers.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Under this criteria: • The offered total sum Documentation requirement: Part II Annex 4a Price Form. The sum for the evaluation is in the completed price form, cf. Part II Annex 4a. The prices shall be stated in Norwegian kroner, excluding VAT.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : • Plan for implementation The contracting authority will emphasise the following: -Described routine and system that will form the basis for the implementation for achieving requirements coverage, -Realism in the plan for implementation - Response to Annex 1 , requirement 4.1 G. A concrete overall assessment of the stated capacity will be undertaken. The contracting authority will use a total assessment of the above mentioned points. Documentation: Tenderers shall provide a description of how the organisation plans to carry out the services for the municipality. The description should include • Description of administrative support related to the execution of water meter ban, including contact with the municipality's subscribers and booking of the time frame. • A description of routines and systems for carrying out the services during the framework agreement ́s lifetime. • A description of the relevant systems and tools that the tenderer uses when performing the service, e.g. a booking system, a system for documentation of completed work, etc.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Environment
Description : • High percentage of use of climate-friendly vehicles for the execution of assignments in the framework agreement. C.f. Annex 1, point 4.11 A. • Distance between the tenderer ́s location to the contracting authority ́s premises. Fyresmoen is used for evaluation purposes (Birkelandsveien 80, 4790 Lillesand). The assessment will be made based on the distances and points will be given according to the scale stated in the chapter below. Documentation: • Tenderers shall state a portion of the assignments in the contract that shall be carried out with vehicles with different fuel technologies each year. Tenderers shall fill in annex 2A vehicle form. • Tenderers shall state their distance between their premises and Fyresmoen in Lillesand municipality.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 14/11/2025 22:55 +00:00

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 21/11/2025 11:00 +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 : See the attached documents Part I and Part II as well as annexes and annexes and annexes.
Electronic invoicing : Required
Electronic payment will be used : yes
Financial arrangement : See part II_Avtaledokument_Rammeavtale services in the contract.

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : AGDER TINGRETT KRISTIANSAND
Information about review deadlines : There is a waiting period from the notification of award being sent out. See the tender documentation for further information.
Organisation providing additional information about the procurement procedure : OFA IKS
Organisation providing offline access to the procurement documents : OFA IKS
Organisation receiving requests to participate : OFA IKS

8. Organisations

8.1 ORG-0001

Official name : OFA IKS
Registration number : 964 965 404
Postal address : Østregate 2
Town : Lillesand
Postcode : 4790
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Håkon Farstad
Telephone : +47 48126953
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate

8.1 ORG-0002

Official name : AGDER TINGRETT KRISTIANSAND
Registration number : 974 732 998
Town : Kristiansand
Postcode : 4204
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : fafea5ac-837b-4f56-83f5-9d4a39b1cda4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/10/2025 08:32 +00:00
Notice dispatch date (eSender) : 14/10/2025 10:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00677754-2025
OJ S issue number : 198/2025
Publication date : 15/10/2025