Framework agreement trade services

The contracting authority needs to enter into framework agreements for trade services. The procurement concerns framework agreements for the following disciplines: 1. Joinery services (construction work) 2. Electrician services within heavy current. 3. Electrician services within low current, including inspections of fire alarm systems. 4. Plumbing services 5. Heat pumps …

CPV: 45210000 Trabajos de construcción de inmuebles, 45231113 Trabajos de reinstalación de tuberías, 45232142 Trabajos de construcción de estaciones de termotransferencia, 45261000 Trabajos de construcción de cubiertas y estructuras de cerramiento, y trabajos conexos, 45261210 Trabajos de recubrimiento, 45330000 Trabajos de fontanería, 45422000 Carpintería y ebanistería, 45432130 Trabajo de revestimiento de suelos, 45440000 Trabajos de pintura y acristalamiento, 50000000 Servicios de reparación y mantenimiento, 50711000 Servicios de reparación y mantenimiento de equipos eléctricos de edificios, 76480000 Servicios de entubado
Plazo:
19 de junio de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement trade services
Organismo adjudicador:
Farsund kommune
Número de premio:
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 trade services
Description : The contracting authority needs to enter into framework agreements for trade services. The procurement concerns framework agreements for the following disciplines: 1. Joinery services (construction work) 2. Electrician services within heavy current. 3. Electrician services within low current, including inspections of fire alarm systems. 4. Plumbing services 5. Heat pumps and cooling installations. 6. Roofing and flashing and guttering services 7. Painting and floor laying services. The contents of the procurement are trade services that shall be used in both the operations and investment budgets. The framework agreements include repairs, maintenance, reconstructions and new buildings. The size of the assignments within the above mentioned disciplines can vary in extent. The work assignments can be for a short or long time. There can be individual assignments or several connected assignments. There will, however, also be the delivery of some material, as in many cases it will be appropriate that the tenderer has the material necessary for the execution of the assignment in question. Although the procurement comprises some material, emphasis is put on the fact that this contract does not give any exclusiveness on the delivery of such material, and that the Contracting Authority is not otherwise obliged to procure materials from the service provider. The contracting authority reserves the right not to use the framework agreement supplier for major work on construction projects and/or special assignments if the contract supplier is unable to meet the contracting authority ́s needs. As major work, individual assignments with a cost framework will be seen as NOK 100,000 excluding VAT and in the case where the total assignment includes several sub-contracts. Farsund municipality reserves the right to use special competence for some deliveries if this has clear advantages. The contracting authority ́s self-management work will take precedence over external suppliers. Parts of the work can take place in cooperation with the builder's own personnel. For further information on the contents of the procurement, please see part II annex 1.
Procedure identifier : b0249055-8f11-4e8f-9b6b-efe05e84f2ad
Internal identifier : I/A
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 ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45232142 Heat-transfer station construction work
Additional classification ( cpv ): 45261000 Erection and related works of roof frames and coverings
Additional classification ( cpv ): 45261210 Roof-covering work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45422000 Carpentry installation work
Additional classification ( cpv ): 45432130 Floor-covering work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 76480000 Tubing services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 52 400 000 Norwegian krone
Maximum value of the framework agreement : 80 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 7
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 7

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?
Lack of reliability to exclude risks to the security of the country : The following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: • § 24-2 (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. • § 24-2 (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 of obligations set under purely national exclusion grounds : The following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: • § 24-2 (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. • § 24-2 (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-0001

Title : Sub-contract 1: Joinery services (construction work)
Description : The contracting authority needs to enter into framework agreements for trade services. For further information on the contents of the procurement, please see part II annex 1.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45232142 Heat-transfer station construction work
Additional classification ( cpv ): 45261000 Erection and related works of roof frames and coverings
Additional classification ( cpv ): 45261210 Roof-covering work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45422000 Carpentry installation work
Additional classification ( cpv ): 45432130 Floor-covering work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 76480000 Tubing services
Options :
Description of the options : The framework agreement for the services shall be signed for 1 year, with an option for the contracting authority to extend one or more times for up to a further three years, to a total maximum of four (4 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.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 12 000 000 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 : Other economic or financial requirements
Description : Tenderers must have sufficient financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, services, risk and duration.
Criterion : References on specified services
Description : Requirements for experience from similar assignments - Reference projects. Tenderers shall have sufficient experience with the execution of equivalent deliveries/comparable assignments for the sub-contract(s) that a qualification is submitted for.
Criterion : Number of managerial staff
Description : The tenderer must have sufficient capacity and competence to carry out assignments. on the contract
Criterion : Measures for ensuring quality
Description : Tenderers shall have implemented and have good routines for quality management.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price/Cost
Description : Completed price form, cf. annex 4a.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment
Description : • Binding date for the use of work vehicles with zero emission technology, cf. Annex 1 Requirement 12.1. • Description of the company's routines regarding climate and the environment, can also refer to certifications. Limited to 1 A4 page in 12 point text, normal margins. Binding and concrete measures or procedures that reduce the procurement ́s total climate footprint and/or environmental impact will be emphasised separately. The tenderer ́s response will be included in Annex 2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 : 19/06/2025 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
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 : Ten Days

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2: Electrician services within heavy current.
Description : The contracting authority needs to enter into framework agreements for trade services. For further information on the contents of the procurement, please see part II annex 1.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45232142 Heat-transfer station construction work
Additional classification ( cpv ): 45261000 Erection and related works of roof frames and coverings
Additional classification ( cpv ): 45261210 Roof-covering work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45422000 Carpentry installation work
Additional classification ( cpv ): 45432130 Floor-covering work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 76480000 Tubing services
Options :
Description of the options : The framework agreement for the services shall be signed for 1 year, with an option for the contracting authority to extend one or more times for up to a further three years, to a total maximum of four (4 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.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 16 800 000 Norwegian krone
Maximum value of the framework agreement : 20 000 000 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 : Other economic or financial requirements
Description : Tenderers must have sufficient financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, services, risk and duration.
Criterion : References on specified services
Description : Requirements for experience from similar assignments - Reference projects. Tenderers shall have sufficient experience with the execution of equivalent deliveries/comparable assignments for the sub-contract(s) that a qualification is submitted for. Particularly for electrician services within heavy current (sub-contract 2): Tenderers must demonstrate experience from installation work within heavy current as well as experience with connecting ships to land current and connecting/operating voltage converters.
Criterion : Number of managerial staff
Description : The tenderer must have sufficient capacity and competence to carry out assignments. on the contract
Criterion : Measures for ensuring quality
Description : Tenderers shall have implemented and have good routines for quality management.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price/Cost
Description : Completed price form, cf. annex 4a.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment
Description : • Binding date for the use of work vehicles with zero emission technology, cf. Annex 1 Requirement 12.1. • Description of the company's routines regarding climate and the environment, can also refer to certifications. Limited to 1 A4 page in 12 point text, normal margins. Binding and concrete measures or procedures that reduce the procurement ́s total climate footprint and/or environmental impact will be emphasised separately. The tenderer ́s response will be included in Annex 2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 : 19/06/2025 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 : no
Electronic payment will be used : yes

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 : Agder tingrett -
Information about review deadlines : Ten Days

5.1 Lot technical ID : LOT-0003

Title : Sub-contract 3: Electrician services within low current, including inspections of fire alarm systems.
Description : The contracting authority needs to enter into framework agreements for trade services. For further information on the contents of the procurement, please see part II annex 1.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45232142 Heat-transfer station construction work
Additional classification ( cpv ): 45261000 Erection and related works of roof frames and coverings
Additional classification ( cpv ): 45261210 Roof-covering work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45422000 Carpentry installation work
Additional classification ( cpv ): 45432130 Floor-covering work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 76480000 Tubing services
Options :
Description of the options : The framework agreement for the services shall be signed for 1 year, with an option for the contracting authority to extend one or more times for up to a further three years, to a total maximum of four (4 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.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 7 200 000 Norwegian krone
Maximum value of the framework agreement : 10 000 000 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 : Other economic or financial requirements
Description : Tenderers must have sufficient financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, services, risk and duration.
Criterion : References on specified services
Description : Requirements for experience from similar assignments - Reference projects. Tenderers shall have sufficient experience with the execution of equivalent deliveries/comparable assignments for the sub-contract(s) that a qualification is submitted for. Particularly for electrician services within low current (sub-contract 3): Tenderers must demonstrate experience with installations in the following installations: ARX access control, Fire alarm centres, Port system, Burglar alarm system, It infrastructure, Fibre system, camera monitoring.
Criterion : Number of managerial staff
Description : The tenderer must have sufficient capacity and competence to carry out assignments. on the contract
Criterion : Measures for ensuring quality
Description : Tenderers shall have implemented and have good routines for quality management.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price/Cost
Description : Completed price form, cf. annex 4a.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment
Description : • Binding date for the use of work vehicles with zero emission technology, cf. Annex 1 Requirement 12.1. • Description of the company's routines regarding climate and the environment, can also refer to certifications. Limited to 1 A4 page in 12 point text, normal margins. Binding and concrete measures or procedures that reduce the procurement ́s total climate footprint and/or environmental impact will be emphasised separately. The tenderer ́s response will be included in Annex 2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 : 19/06/2025 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 : no
Electronic payment will be used : yes

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 : Agder tingrett -
Information about review deadlines : Ten Days

5.1 Lot technical ID : LOT-0004

Title : Sub-contract 4: Plumbing services
Description : The contracting authority needs to enter into framework agreements for trade services. For further information on the contents of the procurement, please see part II annex 1.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45232142 Heat-transfer station construction work
Additional classification ( cpv ): 45261000 Erection and related works of roof frames and coverings
Additional classification ( cpv ): 45261210 Roof-covering work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45422000 Carpentry installation work
Additional classification ( cpv ): 45432130 Floor-covering work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 76480000 Tubing services
Options :
Description of the options : The framework agreement for the services shall be signed for 1 year, with an option for the contracting authority to extend one or more times for up to a further three years, to a total maximum of four (4 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.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 5 600 000 Norwegian krone
Maximum value of the framework agreement : 10 000 000 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 : Other economic or financial requirements
Description : Tenderers must have sufficient financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, services, risk and duration.
Criterion : References on specified services
Description : Requirements for experience from similar assignments - Reference projects. Tenderers shall have sufficient experience with the execution of equivalent deliveries/comparable assignments for the sub-contract(s) that a qualification is submitted for.
Criterion : Number of managerial staff
Description : The tenderer must have sufficient capacity and competence to carry out assignments. on the contract
Criterion : Measures for ensuring quality
Description : Tenderers shall have implemented and have good routines for quality management.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price/Cost
Description : Completed price form, cf. annex 4a.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment
Description : • Binding date for the use of work vehicles with zero emission technology, cf. Annex 1 Requirement 12.1. • Description of the company's routines regarding climate and the environment, can also refer to certifications. Limited to 1 A4 page in 12 point text, normal margins. Binding and concrete measures or procedures that reduce the procurement ́s total climate footprint and/or environmental impact will be emphasised separately. The tenderer ́s response will be included in Annex 2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 : 19/06/2025 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 : no
Electronic payment will be used : yes

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 : Agder tingrett -
Information about review deadlines : Ten Days

5.1 Lot technical ID : LOT-0005

Title : Sub-contract 5: Heat pumps and cooling installations.
Description : The contracting authority needs to enter into framework agreements for trade services. For further information on the contents of the procurement, please see part II annex 1.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45232142 Heat-transfer station construction work
Additional classification ( cpv ): 45261000 Erection and related works of roof frames and coverings
Additional classification ( cpv ): 45261210 Roof-covering work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45422000 Carpentry installation work
Additional classification ( cpv ): 45432130 Floor-covering work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 76480000 Tubing services
Options :
Description of the options : The framework agreement for the services shall be signed for 1 year, with an option for the contracting authority to extend one or more times for up to a further three years, to a total maximum of four (4 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.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 1 600 000 Norwegian krone
Maximum value of the framework agreement : 3 000 000 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 : Other economic or financial requirements
Description : Tenderers must have sufficient financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, services, risk and duration.
Criterion : References on specified services
Description : Requirements for experience from similar assignments - Reference projects. Tenderers shall have sufficient experience with the execution of equivalent deliveries/comparable assignments for the sub-contract(s) that a qualification is submitted for.
Criterion : Number of managerial staff
Description : The tenderer must have sufficient capacity and competence to carry out assignments. on the contract
Criterion : Measures for ensuring quality
Description : Tenderers shall have implemented and have good routines for quality management.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price/Cost
Description : Completed price form, cf. annex 4a.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment
Description : • Binding date for the use of work vehicles with zero emission technology, cf. Annex 1 Requirement 12.1. • Description of the company's routines regarding climate and the environment, can also refer to certifications. Limited to 1 A4 page in 12 point text, normal margins. Binding and concrete measures or procedures that reduce the procurement ́s total climate footprint and/or environmental impact will be emphasised separately. The tenderer ́s response will be included in Annex 2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 : 19/06/2025 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
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 : Ten Days

5.1 Lot technical ID : LOT-0006

Title : Sub-contract 6: Roofing and flashing and guttering services
Description : The contracting authority needs to enter into framework agreements for trade services. For further information on the contents of the procurement, please see part II annex 1.
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45232142 Heat-transfer station construction work
Additional classification ( cpv ): 45261000 Erection and related works of roof frames and coverings
Additional classification ( cpv ): 45261210 Roof-covering work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45422000 Carpentry installation work
Additional classification ( cpv ): 45432130 Floor-covering work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 76480000 Tubing services
Options :
Description of the options : The framework agreement for the services shall be signed for 1 year, with an option for the contracting authority to extend one or more times for up to a further three years, to a total maximum of four (4 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.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 1 200 000 Norwegian krone
Maximum value of the framework agreement : 2 500 000 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 : Other economic or financial requirements
Description : Tenderers must have sufficient financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, services, risk and duration.
Criterion : References on specified services
Description : Requirements for experience from similar assignments - Reference projects. Tenderers shall have sufficient experience with the execution of equivalent deliveries/comparable assignments for the sub-contract(s) that a qualification is submitted for.
Criterion : Number of managerial staff
Description : The tenderer must have sufficient capacity and competence to carry out assignments. on the contract
Criterion : Measures for ensuring quality
Description : Tenderers shall have implemented and have good routines for quality management.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price/Cost
Description : Completed price form, cf. annex 4a.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment
Description : • Binding date for the use of work vehicles with zero emission technology, cf. Annex 1 Requirement 12.1. • Description of the company's routines regarding climate and the environment, can also refer to certifications. Limited to 1 A4 page in 12 point text, normal margins. Binding and concrete measures or procedures that reduce the procurement ́s total climate footprint and/or environmental impact will be emphasised separately. The tenderer ́s response will be included in Annex 2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 : 19/06/2025 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
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 : Ten Days

5.1 Lot technical ID : LOT-0007

Title : Sub-contract 7: Painting and floor laying services
Description : The contracting authority needs to enter into framework agreements for trade services. For further information on the contents of the procurement, please see part II annex 1.
Internal identifier : 7

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45232142 Heat-transfer station construction work
Additional classification ( cpv ): 45261000 Erection and related works of roof frames and coverings
Additional classification ( cpv ): 45261210 Roof-covering work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45422000 Carpentry installation work
Additional classification ( cpv ): 45432130 Floor-covering work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 76480000 Tubing services
Options :
Description of the options : The framework agreement for the services shall be signed for 1 year, with an option for the contracting authority to extend one or more times for up to a further three years, to a total maximum of four (4 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.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone
Maximum value of the framework agreement : 10 000 000 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 : Other economic or financial requirements
Description : Tenderers must have sufficient financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, services, risk and duration.
Criterion : References on specified services
Description : Requirements for experience from similar assignments - Reference projects. Tenderers shall have sufficient experience with the execution of equivalent deliveries/comparable assignments for the sub-contract(s) that a qualification is submitted for.
Criterion : Number of managerial staff
Description : The tenderer must have sufficient capacity and competence to carry out assignments. on the contract
Criterion : Measures for ensuring quality
Description : Tenderers shall have implemented and have good routines for quality management.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price/Cost
Description : Completed price form, cf. annex 4a.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment
Description : • Binding date for the use of work vehicles with zero emission technology, cf. Annex 1 Requirement 12.1. • Description of the company's routines regarding climate and the environment, can also refer to certifications. Limited to 1 A4 page in 12 point text, normal margins. Binding and concrete measures or procedures that reduce the procurement ́s total climate footprint and/or environmental impact will be emphasised separately. The tenderer ́s response will be included in Annex 2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 : 19/06/2025 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
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 : Ten Days

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 : 297761ca-eeee-48c6-961a-2fcfda862038 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/05/2025 10:51 +00:00
Notice dispatch date (eSender) : 16/05/2025 11:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00318996-2025
OJ S issue number : 95/2025
Publication date : 19/05/2025