2025 - Framework agreement for the procurement of alkaline filters for drinking water installations (re-announcement)

Trondheim city operations in Trondheim municipality, hereafter called the contracting authority, invites tenderers to a competition for a framework agreement for the procurement of alkaline filter matter approved for use in waterworks (drinking water). The framework agreement is for the procurement of marble/limestone/filter lime. The product must be certified by …

CPV: 44921300 Lubjakivi, 24000000 Keemiatooted, 24962000 Veetöötluskemikaalid, 44911000 Marmor ja karbonaatne ehituskivi
Tähtaeg:
okt. 24, 2025, 10 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
2025 - Framework agreement for the procurement of alkaline filters for drinking water installations (re-announcement)
Auhindade andmise asutus:
Trondheim kommune
Auhinna number:
2024/30077

1. Buyer

1.1 Buyer

Official name : Trondheim kommune
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : 2025 - Framework agreement for the procurement of alkaline filters for drinking water installations (re-announcement)
Description : Trondheim city operations in Trondheim municipality, hereafter called the contracting authority, invites tenderers to a competition for a framework agreement for the procurement of alkaline filter matter approved for use in waterworks (drinking water). The framework agreement is for the procurement of marble/limestone/filter lime. The product must be certified by the Norwegian Food Safety Authority for use in drinking water production in water treatment plants. The product shall be used for alkaline filtration of drinking water. The purpose of the filtration is the descision of particular material, increasing the water's alchemity and calcium content. The competition will be carried out via the municipality ́s tender implementation tool Mercell. All communication and tender submission will occur via KGV. This is a re-announcement of the competition with the same case numbers as that were cancelled. The object of the contract is now changed to only the procurement of the actual item, i.e. collection and transport are not included. The aim is to find a reliable and long-term supplier for the municipality.
Procedure identifier : ffa1cfe9-84cc-4772-bace-db9615c53a91
Internal identifier : 2024/30077
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Open tender contest in accordance with the Utilities Regulations, parts I and part II.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44921300 Limestone
Additional classification ( cpv ): 24000000 Chemical products
Additional classification ( cpv ): 24962000 Water-treatment chemicals
Additional classification ( cpv ): 44911000 Marble and calcarous building stone

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - Water related activity
Forsyningsforskriften - water related act
Forsyningsforskriften - Water related activity

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?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : 2025 - Framework agreement for the procurement of alkaline filters for drinking water installations (re-announcement)
Description : Trondheim city operations in Trondheim municipality, hereafter called the contracting authority, invites tenderers to a competition for a framework agreement for the procurement of alkaline filter matter approved for use in waterworks (drinking water). The framework agreement is for the procurement of marble/limestone/filter lime. The product must be certified by the Norwegian Food Safety Authority for use in drinking water production in water treatment plants. The product shall be used for alkaline filtration of drinking water. The purpose of the filtration is the descision of particular material, increasing the water's alchemity and calcium content. The competition will be carried out via the municipality ́s tender implementation tool Mercell. All communication and tender submission will occur via KGV. This is a re-announcement of the competition with the same case numbers as that were cancelled. The object of the contract is now changed to only the procurement of the actual item, i.e. collection and transport are not included. The aim is to find a reliable and long-term supplier for the municipality.
Internal identifier : 2024/30077

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44921300 Limestone
Additional classification ( cpv ): 24000000 Chemical products
Additional classification ( cpv ): 24962000 Water-treatment chemicals
Additional classification ( cpv ): 44911000 Marble and calcarous building stone

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 30/11/2025
Duration end date : 01/12/2033

5.1.4 Renewal

Maximum renewals : 6
Other information about renewals : The contracting authority can extend the contract for +1 year after 2 years, maximum up to a total of 8 years.

5.1.5 Value

Maximum value of the framework agreement : 7 500 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
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 are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Tenderers shall be legally registered in a company register or trade register in the country where the tenderer is established. Documentation requirement: Norwegian companies shall enclose a Company Registration Certificate. Foreign companies shall present registration certificates in professional registers as determined by legislation in the countries in which the tenderer is established.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Minimum qualification requirements Description of requirement/documentation: Rating class A according to bisnode AAA rating system, or equivalent Minimum requirement: Tenderers shall have sufficient economic and financial capacity to be able to fulfil the contract. Tenderers shall have a rating of minimum class A (AN for newly established companies), in accordance with bisnode AAA rating system, or equivalent. Documentation requirement: Credit evaluation/rating based on the last known accounting figures. The rating shall be carried out by a credit rating institution and in accordance with the current laws and regulations. If the tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial position by presenting, for example, a declaration from a financial institution about surety.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have sufficient experience from assignments of a similar nature, size/scope and difficulty. Minimum requirement: Documentation requirement: Tenderers shall have sufficient experience from assignments of equivalent nature, size/extent and degree of difficulty. Documentation requirement: Tenderers must be able to present documentation of at least one equivalent and relevant assignment within the last three years. It is the tenderer ́s responsibility to document relevance through the description.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements Documentation requirement: An overview/matrix shall be submitted, which states how much of the contract the tenderer is considering out to sub-suppliers. ESPD shall also be delivered for sub-suppliers in Mercell. ESPD is integrated in Mercell.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Environmental management system/standard: Tenderers shall have a system and routines for reducing the most important environmental impact from their activities and shall use environmental management measures throughout the contract period. Therefore it is a requirement that the company has an environmental management system, such as Miljøfyrtårn, EMAS, ISO 14001 or equivalent. If the entire company is environmentally labelled with a type 1 environmental label, such as the Swan Ecolabel or equivalent, this is also approved. Other certificates issued by bodies in other EEA bodies can also be submitted, provided that the tenderer can document that these are equivalent. Documentation requirement: Tenderers confirm and provide: Name of certification License number The certificate shall be enclosed with the tender. The contracting authority will accept other documentation of equivalent environmental management measures if the tenderer is unable to obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested quality assurance standards or environmental management systems or standards.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 10/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/265979354.aspx

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 24/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 68 Day
Information about public opening :
Opening date : 24/10/2025 10:00 +00:00
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 : no
Financial arrangement : none

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Justification for the duration of the framework agreement : The Supply Regulations - the contracting authority is engaged in drinking water supply.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett
Information about review deadlines : 10 day waiting period
Organisation providing additional information about the procurement procedure : Trondheim kommune
Organisation providing more information on the review procedures : Trondheim kommune

8. Organisations

8.1 ORG-0001

Official name : Trondheim kommune
Registration number : 942110464
Postal address : Erling Skakkes gate 14
Town : TRONDHEIM
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Jeanette Dahlen
Telephone : +47 72540000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Town : Trondheim bydrift
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73542400
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : ad3dd599-4b20-4eaa-a0fc-9856d73abea0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/09/2025 09:32 +00:00
Notice dispatch date (eSender) : 19/09/2025 09:37 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00617883-2025
OJ S issue number : 181/2025
Publication date : 22/09/2025