Framework agreement for maintenance of outside areas.

Drammen municipality Water and Sewage (hereafter called "VA") dep. Operation Treatment Facility shall enter into a framework agreement with one or several tenderers for lawn cutting, snow clearing, gritting and sweeping at four treatment facilities (RA) with the accompanying pumping stations (PS) belonging to Drammen municipality, Water and Sewage. The …

CPV: 77314000 Grounds maintenance services, 77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services, 77300000 Horticultural services, 77310000 Planting and maintenance services of green areas, 90000000 Sewage, refuse, cleaning and environmental services, 90600000 Cleaning and sanitation services in urban or rural areas, and related services, 90620000 Snow-clearing services, 90610000 Street-cleaning and sweeping services
spriocdháta:
DFómh. 24, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Framework agreement for maintenance of outside areas.
clárlann:
DRAMMEN KOMMUNE
uimhir dámhachtana:
25/19645

1. Buyer

1.1 Buyer

Official name : DRAMMEN 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 maintenance of outside areas.
Description : Drammen municipality Water and Sewage (hereafter called "VA") dep. Operation Treatment Facility shall enter into a framework agreement with one or several tenderers for lawn cutting, snow clearing, gritting and sweeping at four treatment facilities (RA) with the accompanying pumping stations (PS) belonging to Drammen municipality, Water and Sewage. The Contracting Authority is responsible for the operation and maintenance of the municipality ́s treatment facilities and pumping stations. The procurement is divided into 5 sub-contracts, including one sub-contract for spring and summer maintenance at all ra with pumping stations, as well as 4 sub-contracts for winter maintenance at three treatment facilities and associated pump stations. The procurement includes the following areas in Drammen municipality: Bokerøya, Solumstrand, Muusøya, and Mjøndalen. Only Bokerøya, Solumstrand and Muusøya have RA. Mjøndalen has only PS.Se SSA-R Annex to each sub-contract and the accompanying overview of areas and map sheets for further information on each sub-contract.
Procedure identifier : cab87a73-8d59-47f7-8cb0-be61d2a53aa3
Internal identifier : 25/19645
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77314000 Grounds maintenance services
Additional classification ( cpv ): 77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services
Additional classification ( cpv ): 77300000 Horticultural services
Additional classification ( cpv ): 77310000 Planting and maintenance services of green areas
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services
Additional classification ( cpv ): 90620000 Snow-clearing services

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 7 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out as an open tender contest in such a way that it exceeds the threshold.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 5
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 5

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?
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?
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-0001

Title : Spring/Summer
Description : Drammen municipality shall enter into a contract for maintenance of outside areas during the spring and summer months. See SSA-R Annex 1-5 Spring and summer maintenance for further details on the work. The estimated contract value for spring and summer maintenance is NOK 180,000 excluding VAT per annum. The total estimated value for spring and summer maintenance over 4 years is NOK 720,000 excluding VAT. The estimated value of the framework agreement in total, including all the sub-contracts is NOK 3,000,000 excluding VAT. The maximum value of the framework agreement is NOK 4,000,000 excluding VAT. The contracting authority does not have any purchasing obligation on the framework agreement and the estimated and maximum value is not binding for the contracting authority. The framework agreement will be valid for 2 years, including an option for an extension for 1+1 year, a total maximum length of four years.
Internal identifier : 25/19646-0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77300000 Horticultural services
Additional classification ( cpv ): 77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 1 500 000 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) : no

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.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256582191.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 : 3 Month
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
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Information about review deadlines : The waiting period is 10 days after the award of contract.

5.1 Lot technical ID : LOT-0002

Title : Winter - Bokerøya
Description : Drammen municipality shall, for the 2025/2026 winter season, have new contracts for winter operation in areas belonging to the treatment plant (RA) at Solumstrand and the accompanying pumping stations (PS). Drammen municipality would like to sign a framework agreement with a supplier for snow clearing, gritting and sweeping at agreed stations belonging to Drammen municipality, Water and Sewage.  The Water and Sewage Treatment Plant is responsible for the operation and maintenance of the municipality ́s treatment facilities and sewage pumping stations. There is a need for snow shovelling at the following treatment facilities with the accompanying pump stations: Bokerøya, Solumstrand, Muusøya and Mjøndalen (only pump stations). See SSA-R Bilag1-5 Vintervedlikehold BRA for more information and the folder "BRA Snow clearing list and map sheet" for an overview of the areas covered by the sub-contract. The sub-contract has an estimated annual value of NOK 180,000 excluding VAT. The framework agreement has an estimated value of NOK 720,000 over 4 years. The total framework agreement has a maximum value of NOK 4,000,000.
Internal identifier : 25/19654-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services
Additional classification ( cpv ): 90610000 Street-cleaning and sweeping services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 1 500 000 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) : no

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.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256582191.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 : 3 Month
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
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Information about review deadlines : The waiting period is 10 days after the award of contract.
Organisation providing more information on the review procedures : HRP AS

5.1 Lot technical ID : LOT-0003

Title : Winter - Solumstrand
Description : Drammen municipality shall, for the 2025/2026 winter season, have new contracts for winter operation in areas belonging to the treatment plant (RA) at Solumstrand and the accompanying pumping stations (PS). Drammen municipality would like to sign a framework agreement with a tenderer for snow clearing, gritting and sweeping at the agreed RA and PS, accompanying Drammen municipality Water and Sewage (hereafter called "VA") department. Operation Renseanlegg.VA Department Operations Sewage Treatment Plant is responsible for the operation and maintenance of the municipality ́s treatment facilities and sewage pump stations. There is a need for snow shovelling at the following treatment facilities with the accompanying pump stations: Bokerøya, Solumstrand, Muusøya and Mjøndalen (only pump stations). See SSA-R Bilag1-5 Vintervedlikehold SRA for further information and the folder "SRA Snow clearing list and map sheet" for an overview of the areas covered by the sub-contract. The sub-contract has an estimated annual value of NOK 180,000 excluding VAT, total over 4 years, NOK 720,000 excluding VAT. VAT. The framework agreement has an estimated value of NOK 3,600,000 excluding VAT including all the sub-contracts, over 4 years. The total framework agreement has a maximum value of NOK 4,000,000 excluding VAT. The sub-contract will be valid for 2 years, with an option for an extension for 1+1 year, a total maximum length of four years.
Internal identifier : 25/26050-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services
Additional classification ( cpv ): 90610000 Street-cleaning and sweeping services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

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.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256582191.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 : 3 Month
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
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Information about review deadlines : The waiting period is 10 days after the award of contract.
Organisation providing more information on the review procedures : HRP AS

5.1 Lot technical ID : LOT-0004

Title : Winter - Muusøya
Description : For the 2025/2026 winter season Drammen municipality Water and Sewage Treatment Facility (henceforth referred to as "VA") shall have new contracts for winter operations at the treatment facility (RA) at Muusøya and accompanying pumping stations (PS). Drammen municipality would like to sign a framework agreement with a supplier for snow clearing, gritting and sweeping at agreed stations belonging to Drammen kommune VA dep. Operations Treatment Facility.  The Water and Sewage Treatment Plant is responsible for the operation and maintenance of the municipality ́s treatment facilities and sewage pumping stations. There is a need for snow shovelling at the following treatment facilities with the accompanying pump stations: Bokerøya, Solumstrand, Muusøya and Mjøndalen (only pump stations). See SSA-R Bilag1-5 Vintervedlikehold MRA for further information and the folder "MRA Snow clearing list and map sheet" for an overview of the areas covered by this sub-contract. The sub-contract has an estimated annual value of NOK 180,000 excluding VAT, and a total of NOK 720,000 excluding VAT for four years. The framework agreement has an estimated value of NOK 3,600,000 over 4 years, including all sub-contracts. The total framework agreement has a maximum value of NOK 4,000,000.
Internal identifier : 25/26051-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services
Additional classification ( cpv ): 90610000 Street-cleaning and sweeping services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

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.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256582191.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 : 3 Month
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
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Information about review deadlines : The waiting period is 10 days after the award of contract.
Organisation providing more information on the review procedures : HRP AS

5.1 Lot technical ID : LOT-0005

Title : Winter - Mjøndalen
Description : Drammen municipality shall have new contracts for the winter season 2025/2026 in place for winter operations. Drammen municipality would like to sign a framework agreement with a supplier for snow clearing, gritting and sweeping at agreed stations belonging to Drammen municipality, Water and Sewage.  The Operations Treatment Plant Department is responsible for the operation and maintenance of the municipality ́s treatment facility and sewage pumping stations. There is a need for snow shovelling at the following treatment facilities with the accompanying pump stations: Bokerøya, Solumstrand, Muusøya and Mjøndalen (only pump stations). See the SSA-R Annex 1-5 Winter Maintenance MRJA for further information and the folder "MJRA Snow clearing list and map sheet" for an overview of the areas covered by this sub-contract. The sub-contract has an estimated annual value of NOK 180,000 excluding VAT and NOK 720,000 excluding VAT over 4 years. The framework agreement has an estimated value of NOK 3,600,000 over 4 years, including all sub-contracts. The total framework agreement has a maximum value of NOK 4,000,000 excluding VAT. The sub-contract will be valid for 2 years, with an option for an extension for 1+1 year, a total maximum length of four years.
Internal identifier : 25/26052-4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services
Additional classification ( cpv ): 90610000 Street-cleaning and sweeping services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

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.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256582191.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 : 3 Month
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
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Information about review deadlines : The waiting period is 10 days after the award of contract.
Organisation providing more information on the review procedures : HRP AS

8. Organisations

8.1 ORG-0001

Official name : DRAMMEN KOMMUNE
Registration number : 921234554
Postal address : Engene 1
Town : DRAMMEN
Postcode : 3008
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Martine Skretteberg
Telephone : 47220059
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : HRP AS
Registration number : 988889245
Town : Oslo
Postcode : 0191
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Buskerud tingrett
Registration number : 935364752
Town : DRAMMEN
Postcode : 3019
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 397cb19b-1205-4439-981b-69252c1794ac - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/09/2025 11:14 +00:00
Notice dispatch date (eSender) : 17/09/2025 12:07 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00612277-2025
OJ S issue number : 179/2025
Publication date : 18/09/2025