Framework agreement water and sewage materials

Farsund municipality would like to enter into a framework agreement for the purchase and delivery of water and sewage material within the product groups below (the list is not exhaustive): • Pressurised tubes and parts • Sewage, surface water, plant, drainage and cable pipes and parts. • Street goods • …

CPV: 44160000 Pipeline, piping, pipes, casing, tubing and related items, 39350000 Sewerage works equipment, 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus), 44100000 Construction materials and associated items
Deadline:
Sept. 29, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement water and sewage materials
Awarding body:
Farsund kommune
Award number:
I/A

1. Buyer

1.1 Buyer

Official name : Farsund kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Framework agreement water and sewage materials
Description : Farsund municipality would like to enter into a framework agreement for the purchase and delivery of water and sewage material within the product groups below (the list is not exhaustive): • Pressurised tubes and parts • Sewage, surface water, plant, drainage and cable pipes and parts. • Street goods • Various water and sewage materials. For further information on the contents of the procurement, please refer to part II Annex 1 with sub-annex.
Procedure identifier : f8276876-17b2-40f4-93dc-f40b4603dadd
Internal identifier : I/A
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The competition will be held in accordance with the Public Procurement Act from 17 June 2016 no. 73 (LOA) with the accompanying regulations of 12 August 2016 no. 975, (the utilities regulations) parts I and II, as well as the provisions in this tender documentation. The procurement will be carried out as an open tender contest, cf. the Utilities Regulations § 9-1 (1). This procedure gives all interested tenderers the possibility to submit tender offers.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 39350000 Sewerage works equipment
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44100000 Construction materials and associated items

2.1.2 Place of performance

Town : Farsund kommune
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : Farsund Municipality

2.1.3 Value

Estimated value excluding VAT : 24 000 000 Norwegian krone
Maximum value of the framework agreement : 25 000 000 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
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?
Offence concerning its professional conduct in the domain of defence procurement : Does 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, approved procedures for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) paragraph, a-f?
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?
Lack of reliability to exclude risks to the security of the country : Has the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf.f. the procurement regulations § 24-2, (3) letter in?
Breaching of obligations set under purely national exclusion grounds : The following rejection reasons in the supply regulations § 20-2 are purely national rejection reasons: • § 20-2 (2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. • § 20-2 (3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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 water and sewage materials
Description : Farsund municipality would like to enter into a framework agreement for the purchase and delivery of water and sewage material within the product groups below (the list is not exhaustive): • Pressurised tubes and parts • Sewage, surface water, plant, drainage and cable pipes and parts. • Street goods • Various water and sewage materials. For further information on the contents of the procurement, please refer to part II Annex 1 with sub-annex.
Internal identifier : I/A

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 39350000 Sewerage works equipment
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44100000 Construction materials and associated items
Options :
Description of the options : The framework agreement for the service shall be signed for 1 year, with an option for the Contracting Authority to extend one or more times for up to a further seven years, to a total maximum of 8 years. The contracts will be valid for 1 year in the future and thereafter renewed automatically for a period of 1 year at a time, with a mutual right for the parties to terminate the agreement with three months written notice before the end of each contract period.

5.1.2 Place of performance

Town : Farsund kommune
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : Farsund Municipality

5.1.3 Estimated duration

Duration : 8 Year

5.1.5 Value

Estimated value excluding VAT : 24 000 000 Norwegian krone
Maximum value of the framework agreement : 25 000 000 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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be 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 shall have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed against the contract ́s value, services, risk and duration.
Criterion : References on specified services
Description : Tenderers shall have experience from comparable contracts.
Criterion : Measures for ensuring quality
Description : Tenderers shall have procedures for quality assurance.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Completed price form, cf. annex 4.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment
Description : Under this criteria: 1. Vehicles (50%): Tenderers shall state which type(s) vehicles and fuel they are obliged to use in this framework agreement. 2. Driving distance in km (50%): Tenderers shall state the driving distance from the tenderer's exit place to the contracting authority ́s most used delivery address (Røsseviga business area, 4560 Vanse).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 29/09/2025 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
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : Utilities Regulation part II
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder tingrett
Information about review deadlines : 10 days after notification of award of contract

8. Organisations

8.1 ORG-0001

Official name : Farsund kommune
Registration number : 964083266
Postal address : Brogaten 7
Town : Farsund
Postcode : 4550
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Mattias Momrak
Telephone : +47 45446121
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926 723 480
Town : kristiansand
Postcode : 4614
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 38 17 63 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 14348194-a643-477f-b155-cfe49623e719 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/08/2025 11:25 +00:00
Notice dispatch date (eSender) : 26/08/2025 12:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00557825-2025
OJ S issue number : 163/2025
Publication date : 27/08/2025