Framework agreement for plumbing services for Tvedestrand municipality.

The objective and content of the procurement: The contracting authority needs to enter into a framework agreement for plumbing services carried out on the municipality ́s properties. The framework agreement is for plumbing services that shall be used in both the maintenance and investment budgets. The procurement includes, among other …

CPV: 50000000 Remondi- ja hooldusteenused, 45330000 Torustikupaigaldus- ja sanitaartehnilised tööd, 50700000 Ehitusseadmete remondi- ja hooldusteenused, 50720000 Keskkütteseadmete remondi- ja hooldusteenused
Tähtaeg:
okt. 14, 2025, 10 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
Framework agreement for plumbing services for Tvedestrand municipality.
Auhindade andmise asutus:
Tvedestrand kommune
Auhinna number:
n/a

1. Buyer

1.1 Buyer

Official name : Tvedestrand kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for plumbing services for Tvedestrand municipality.
Description : The objective and content of the procurement: The contracting authority needs to enter into a framework agreement for plumbing services carried out on the municipality ́s properties. The framework agreement is for plumbing services that shall be used in both the maintenance and investment budgets. The procurement includes, among other things, the following services: • Maintenance and onerous work • Planned maintenance jobs and projects of variable sizes. • Emergency repairs • New building 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, it is emphasised 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 tenderer. The contracting authority is, thus, free to purchase materials from our other framework agreements and still use the contract supplier for work that shall be carried out without mark-up in the agreed prices for work. See part II Annex 1 requirement specifications for further information on the contents of the procurement. Contract type and extent: The estimated annual extent is approx. NOK 1 million excluding VAT, but the contract will be valid for a total amount of NOK 8 million excluding VAT over the lifetime of the agreement. The estimated scope is based on previous amounts and the expected future need is not binding for the contracting authority. The Contracting Authority is not obliged to procure any specific amount of services in the framework agreement period. A framework agreement shall be signed with one tenderer. Contract period: The framework agreement(s) shall be signed for 1 year, with an option for the Contracting Authority for an extension for 1+1+1 year, to a total of four years. The contract(s) will be valid from 1 October or the date of contract signing if this occurs later.
Procedure identifier : d9316610-e8ed-432a-a0dd-5fa0c4add7f5
Internal identifier : n/a
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : Execution within Tvedestrand municipality.

2.1.3 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone

2.1.4 General information

Additional information : The contracting authority for the competition is Tvedestrand municipality, In addition Furøya IKS, Tvedestrand municipal housing foundation and Tvedestrand Church Council can use the contract if this is appropriate for the contracting authority.
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?
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 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 for plumbing services for Tvedestrand municipality.
Description : The objective and content of the procurement: The contracting authority needs to enter into a framework agreement for plumbing services carried out on the municipality ́s properties. The framework agreement is for plumbing services that shall be used in both the maintenance and investment budgets. The procurement includes, among other things, the following services: • Maintenance and onerous work • Planned maintenance jobs and projects of variable sizes. • Emergency repairs • New building 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, it is emphasised 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 tenderer. The contracting authority is, thus, free to purchase materials from our other framework agreements and still use the contract supplier for work that shall be carried out without mark-up in the agreed prices for work. See part II Annex 1 requirement specifications for further information on the contents of the procurement. Contract type and extent: The estimated annual extent is approx. NOK 1 million excluding VAT, but the contract will be valid for a total amount of NOK 8 million excluding VAT over the lifetime of the agreement. The estimated scope is based on previous amounts and the expected future need is not binding for the contracting authority. The Contracting Authority is not obliged to procure any specific amount of services in the framework agreement period. A framework agreement shall be signed with one tenderer. Contract period: The framework agreement(s) shall be signed for 1 year, with an option for the Contracting Authority for an extension for 1+1+1 year, to a total of four years. The contract(s) will be valid from 1 October or the date of contract signing if this occurs later.
Internal identifier : n/a

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Options :
Description of the options : Option for an extension for 1+1+1 year.

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : Execution within Tvedestrand municipality.

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The framework agreement shall be signed for 1 year, with an option for the Contracting Authority for an extension for 1+1+1 year, a total of four years.

5.1.5 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone
Maximum value of the framework agreement : 8 000 000 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
Additional information : The contracting authority for the competition is Tvedestrand municipality, In addition Furøya IKS, Tvedestrand municipal housing foundation and Tvedestrand Church Council can use the contract if this is appropriate for the contracting authority.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Confirmed in the ESPD form. Documented on request. • Norwegian companies: Company Registration Certificate, not older than six months. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Requirement: Economic and financial capacity Tenderers shall have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration. Documentation requirement: Confirmed in the ESPD form. Documented on request. A credit rating from a certified credit rating company based on the most recent financial figures. The credit rating must not be more than six months old. The key figures in the accounts must be presented together with an assessment of the tenderer's payment experience.
Criterion : References on specified services
Description : Requirement: Experience from similar assignments/contracts. Tenderers shall have good experience with the execution of comparable assignments that this contract shall cover. Documentation requirement: Confirmed in the ESPD form. Documented on request. A list with an overview and description of the tenderers' most relevant assignments in the last 3 years. The list shall as a minimum contain • the name of the customer/contracting authority • Brief description of the delivery • date of the delivery. • contract value and extent • a gender neutral preferred for each delivery, as well as a telephone number and email address. Tenderers can use the attached template, cf. Annex 5 Reference Form. The contracting authority reserves the right to contact the stated references in order to verify the extent and quality. It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have provided services for another service provider/employer.
Criterion : References on specified services
Description : Requirement: Experience within specific disciplines Tenderers shall have relevant experience from the following disciplines: • Energy and heating installations: Experience connected to control and operation of plants with energy management based on rock heat or similar systems. • Sprinkler installations: Experience connected to control and follow-up of sprinkler installations. Documentation requirement: Confirmed in the ESPD form. Documented on request. List of reference projects (per discipline) from the last five years that show experience in relevant disciplines. Each reference shall be provided: • the name of the customer/contracting authority • the type of installations and delivery, including a short description. • date of execution • contract value and extent • gender neutral preferred at the contracting authority (name, telephone number, email address). • The contracting authority can contact the references in order to verify the stated information. Tenderers can use the attached template, cf. Annex 5 Reference Form.
Criterion : Technicians or technical bodies for quality control
Description : Requirement: Delivery capacity and implementation ability. Tenderers shall have sufficient capacity and implementation ability to fulfil the contract. Documentation requirement: Confirmed in the ESPD form. Documented on request. • Description of the company's manpower and organisation in relation to deliveries in accordance with the framework agreement ́s requirements. • A description of routines to meet the contract ́s requirements for duty stand-by and response time.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Environment
Description : Environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : The award criteria consists of the following two sub-criteria: • Organisation and execution • The contract manager/gender neutral preferred.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 14/10/2025 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 waiting period. See the https://www.klagenemndssekretariatet.no/klagenemda-for-offentlige-anskaffelser-kofa/Om-KOFA for appeals to the cofa.

8. Organisations

8.1 ORG-0001

Official name : Tvedestrand kommune
Registration number : 964 965 781
Postal address : Tjennaveien 30
Town : Tvedestrand
Postcode : 4900
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Kristine Isobel Bateman
Telephone : +47 92840841
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926723480
Postal address : Postboks 63
Town : Kristiansand
Postcode : 4661
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 81a00ffb-159b-4fa2-aea2-264839e37408-01
Main reason for change : Information updated
Description : The wrong source for rejection reasons was chosen with information in the notice form. An error has previously been referred to the tender documentation, which has been corrected to the fact that this is in the tender notice.

10.1 Change

Section identifier : PROCEDURE

Notice information

Notice identifier/version : c9c9bcbe-da60-4841-898b-eb7435568641 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/09/2025 10:25 +00:00
Notice dispatch date (eSender) : 22/09/2025 10:39 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00620907-2025
OJ S issue number : 182/2025
Publication date : 23/09/2025