Framework agreement for pumping stations and the accompanying parts water and sewage

Karmøy municipality, Tysvær municipality and Haugesund municipality, henceforth referred to as the contracting authority, would like to enter into a framework agreement for the delivery of sewage pumps and complete sewage pump stations, as well as parts thereof. The framework agreement will have a duration of two years with an …

CPV: 39811100 Air freshener, 42122130 Water pumps, 42122220 Sewage pumps, 45232431 Wastewater pumping station
spriocdháta:
Lún. 29, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Framework agreement for pumping stations and the accompanying parts water and sewage
clárlann:
Karmøy Kommune
uimhir dámhachtana:
25/2550

1. Buyer

1.1 Buyer

Official name : Karmøy Kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for pumping stations and the accompanying parts water and sewage
Description : Karmøy municipality, Tysvær municipality and Haugesund municipality, henceforth referred to as the contracting authority, would like to enter into a framework agreement for the delivery of sewage pumps and complete sewage pump stations, as well as parts thereof. The framework agreement will have a duration of two years with an option for an extension for a further 1+1 year. Karmøy municipality cannot give any guarantee for the future workload. However, we expect a combined annual delivery of approx. NOK 10-15 million (in total for the entire period of approx. NOK 60 million).
Procedure identifier : 4ff26d5d-bb22-4d55-ac7f-beee357ee481
Internal identifier : 25/2550
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Karmøy municipality, hereafter called the contracting authority, would like to enter into a framework agreement for the delivery of sewage pumps and complete sewage pump stations, as well as parts thereof. The attached price form shall be used. The price form does not cover all the needs of stations, pumps and equipment, and emphasis is put on the fact that prices for other stations, parts and equipment shall, upon request, have a relatively same price within a reasonable leap.  Actual call-offs against the framework agreement may be minor. The expected value does not carry equivalent purchasing obligation. The tenderer cannot demand more procurements under the framework agreement than what is described in the municipalities ́needs and requests. The tenderer cannot demand compensation if the actual purchase is lower than expected. The stated volume is to be understood as a maximum call-off on the contract. If this level is reached before the contract period expires, this means that a new competition must be announced cf. The ECJ ́s decision in case C-2016/17. Tenderers will not be able to demand compensation for a reduced term of the framework agreement.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42122220 Sewage pumps
Additional classification ( cpv ): 39811100 Air freshener
Additional classification ( cpv ): 42122130 Water pumps
Additional classification ( cpv ): 45232431 Wastewater pumping station

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement Regulations

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for pumping stations and the accompanying parts water and sewage
Description : Karmøy municipality, Tysvær municipality and Haugesund municipality, henceforth referred to as the contracting authority, would like to enter into a framework agreement for the delivery of sewage pumps and complete sewage pump stations, as well as parts thereof. The framework agreement will have a duration of two years with an option for an extension for a further 1+1 year. Karmøy municipality cannot give any guarantee for the future workload. However, we expect a combined annual delivery of approx. NOK 10-15 million (in total for the entire period of approx. NOK 60 million).
Internal identifier : 25/2550

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42122220 Sewage pumps
Additional classification ( cpv ): 39811100 Air freshener
Additional classification ( cpv ): 42122130 Water pumps
Additional classification ( cpv ): 45232431 Wastewater pumping station

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
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

5.1.7 Strategic procurement

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.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Stated in the tender documentation. Price 50%, environment 30% and service 20%.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 1

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 22/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/261521648.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 : 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 : 29/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 29/08/2025 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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Haugaland og Sunnhordland tingrett
Review organisation : Haugaland og Sunnhordland tingrett
Information about review deadlines : Stated in the tender documentation.
Organisation providing more information on the review procedures : Haugaland og Sunnhordland tingrett

8. Organisations

8.1 ORG-0001

Official name : Karmøy Kommune
Registration number : 940791901
Postal address : Statsråd Vinjes gate 25
Town : KOPERVIK
Postcode : 4250
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Filip Aksic
Telephone : +47 52857500
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Haugaland og Sunnhordland tingrett
Registration number : 926723405
Town : Haugesund
Postcode : 5501
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52701400
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

Notice information

Notice identifier/version : 13b497f4-070e-4e0c-b0e0-d81a68d32fad - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/07/2025 08:04 +00:00
Notice dispatch date (eSender) : 21/07/2025 08:35 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00477100-2025
OJ S issue number : 138/2025
Publication date : 22/07/2025