Framework agreement for water and sewage materials and street goods.

"citation" Demand Demand

CPV: 44423700 Manhole elements, 31711400 Valves and tubes, 42131140 Pressure-reducing, control, check or safety valves, 42132000 Parts of taps and valves, 42997000 Pipeline machinery, 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus), 44100000 Construction materials and associated items, 44114000 Concrete, 44114200 Concrete products, 44114220 Concrete pipes and fittings, 44160000 Pipeline, piping, pipes, casing, tubing and related items, 44162000 Piping, 44163000 Pipes and fittings, 44163100 Pipes, 44163110 Drainage pipes, 44163140 Steam and water pipes, 44400000 Miscellaneous fabricated products and related items, 44420000 Goods used in construction, 44423730 Manhole frames, 44423740 Manhole covers, 44110000 Construction materials
spriocdháta:
Samh. 7, 2025, 11 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Framework agreement for water and sewage materials and street goods.
clárlann:
Lillestrøm Kommune
uimhir dámhachtana:
Lillestrøm-25/068

1. Buyer

1.1 Buyer

Official name : Lillestrøm Kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : Midtre Romerike avløpsselskap (MIRA)
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nedre Romerike Vann- og avløpsselskap IKS
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 water and sewage materials and street goods.
Description : "citation"
Procedure identifier : 573b8298-fcdf-4320-818b-60a4d611c635
Internal identifier : Lillestrøm-25/068
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44423700 Manhole elements
Additional classification ( cpv ): 31711400 Valves and tubes
Additional classification ( cpv ): 42131140 Pressure-reducing, control, check or safety valves
Additional classification ( cpv ): 42132000 Parts of taps and valves
Additional classification ( cpv ): 42997000 Pipeline machinery
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44114000 Concrete
Additional classification ( cpv ): 44114200 Concrete products
Additional classification ( cpv ): 44114220 Concrete pipes and fittings
Additional classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 44162000 Piping
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 44163100 Pipes
Additional classification ( cpv ): 44163110 Drainage pipes
Additional classification ( cpv ): 44163140 Steam and water pipes
Additional classification ( cpv ): 44400000 Miscellaneous fabricated products and related items
Additional classification ( cpv ): 44420000 Goods used in construction
Additional classification ( cpv ): 44423730 Manhole frames
Additional classification ( cpv ): 44423740 Manhole covers

2.1.2 Place of performance

Postal address : Postboks 313
Town : Lillestrøm
Postcode : 2001
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : Lillestrøm municipality, MIRA IKS, NRVA IKS

2.1.2 Place of performance

Postal address : Rådhusveien 1
Town : Nittedal kommune
Postcode : 1482
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : Nittedal Municipality

2.1.2 Place of performance

Postal address : Prestegårdsveien 4
Town : Enebakk kommune
Postcode : 1912
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : Enebakk municipality

2.1.2 Place of performance

Postal address : Parkveien 2
Town : Aurskog-Høland kommune
Postcode : 1940
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : Aurskog-Høland municipality

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 1

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), Notice, Procurement Document
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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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-0001

Title : Purchase
Description : Demand
Internal identifier : 1730463-0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44423700 Manhole elements
Additional classification ( cpv ): 31711400 Valves and tubes
Additional classification ( cpv ): 42131140 Pressure-reducing, control, check or safety valves
Additional classification ( cpv ): 42132000 Parts of taps and valves
Additional classification ( cpv ): 42997000 Pipeline machinery
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44110000 Construction materials
Additional classification ( cpv ): 44114000 Concrete
Additional classification ( cpv ): 44114200 Concrete products
Additional classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 44162000 Piping
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 44163100 Pipes
Additional classification ( cpv ): 44163110 Drainage pipes
Additional classification ( cpv ): 44163140 Steam and water pipes
Additional classification ( cpv ): 44400000 Miscellaneous fabricated products and related items
Additional classification ( cpv ): 44420000 Goods used in construction
Additional classification ( cpv ): 44423730 Manhole frames
Additional classification ( cpv ): 44423740 Manhole covers

5.1.2 Place of performance

Postal address : Postboks 313
Town : Lillestrøm
Postcode : 2001
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : Lillestrøm municipality, MIRA IKS, NRVA

5.1.2 Place of performance

Postal address : Rådhusveien 1
Town : Nittedal kommune
Postcode : 1482
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : Nittedal Municipality

5.1.2 Place of performance

Postal address : Prestegårdsveien 4
Town : Enebakk kommune
Postcode : 1912
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : Enebakk municipality

5.1.2 Place of performance

Postal address : Parkveien 2
Town : Aurskog Høland
Postcode : 1940
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : Aurskog-Høland municipality

5.1.3 Estimated duration

Start date : 15/01/2026
Duration end date : 14/01/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

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 : Measures for ensuring quality
Description : Qualification requirements and ESPD form. A ESPD form is included as a part of this tender documentation, which the tenderer must fill in. This includes a number of requirements that must be answered. In addition there is in the form and below, the qualification requirements stated for this competition. Furthermore, it is stated how the tenderer shall document the qualification requirement. The ESPD form is a self-declaration from the tenderer that there are no reasons for rejection and that the qualification requirements set in the competition are fulfilled.
Criterion : Measures for ensuring quality
Description : Declaration and documentation from sub-suppliers. Tenderers can, if necessary, rely on other companies' capacity to fulfil the economic and financial capacity requirements or technical and professional qualifications stated below.  Technical and professional qualifications If a tenderer would like to rely on sub-suppliers to fulfil the requirements for technical and professional qualifications, this is allowed on the following points:  Point 1.3.2.6, no. 1: Experience from equivalent assignments. If a tenderer will use the parent company to fulfil point 1.3.2.6, the tenderer must submit a binding statement for the parent company. If a tenderer uses sub-suppliers on any of the above mentioned points,: The sub-supplier ́s qualifications are documented in accordance with the documentation requirements stated in the points below, including a completed ESPD form for the sub-suppliers. A signed declaration is to be enclosed with the tender (see Annex 5) from each of the relevant sub-suppliers. Economic and financial position If a tenderer would like to rely on sub-suppliers to fulfil the requirements for economic and financial position,: The sub-supplier ́s qualifications are documented in accordance with the documentation requirements stated in the points below, including a completed ESPD form for the sub-suppliers. A signed declaration is to be enclosed with the tender (see Annex 6) from each of the relevant sub-suppliers.
Criterion : Measures for ensuring quality
Description : Tax and VAT certificates Requirement: Tenderers shall have fulfilled their tax and duty obligations. Documentation: Tenderers shall document this by submitting a tax certificate that is not older than 6 months when seen in relation to the tender deadline.
Criterion : Measures for ensuring quality
Description : Foreign tenderers Foreign tenderers must submit equivalent certificates from their own country that document that the company has its tax and duty payments in order. If the authorities in the relevant country do not issue such certificates, the tenderer must submit a declaration which confirms that all taxes and fees are paid. The declaration must be signed by the treasurer.
Criterion : Enrolment in a trade register
Description : The organisational and legal position of the tenderer. Requirement: Tenderers shall be legally established and registered in a company register or a commerce register in the member state where the tenderer is established. Documentation: Tenderers shall document this by presenting documentation that shows that the tenderer is registered in a professional register, trade register or other business register as prescribed by the law of the country where the tenderer is established, for example the Brønnøysund Register Centre.
Criterion : Financial ratio
Description : Economic and financial capacity Requirement: Tenderers shall have the financial and economic capacity the assignment requires. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation: Tenderers shall document this by presenting the company ́s last year ́s approved annual accounts and the auditor ́s report for the same year.  If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. When assessing the tenderer's financial and economic position, the contracting authority will itself obtain a credit rating from Dun & Bradstreet Norway AS.
Criterion : References on specified works
Description : Technical and professional qualifications 1. Experience from previous assignments Requirement: Tenderers shall have experience from: Sub-contract 1 - Water and sewage, HVAC and industrial water and sewage materials. Reference assignment Two relevant framework agreements, with duration within the last five years, each have an annual extent of at least NOK 3,000,000 and several delivery locations. Five years from the tender deadline. Sub-contract 2 - Concrete and street goods Reference assignment Two relevant framework agreements, with duration within the last five years, each have an annual extent of at least NOK 1,000,000 and several delivery locations. Five years from the tender deadline. Documentation: Sub-contract 1- Water and sewage, HVAC and industrial water and sewage materials. Reference assignment Tenderers shall document this by presenting a description of the relevant framework agreement. The description must include the framework agreement's annual value, duration of the framework agreement, the number of delivery locations in the contract and the contracting authority. Tenderers shall use the contracting authority ́s template for the reference form, annex 14. Sub-contract 2 - Concrete and street goods Reference assignment Tenderers shall document this by presenting a description of the relevant framework agreement. The description must include the framework agreement's annual value, duration of the framework agreement, the number of delivery locations in the contract and the contracting authority. Tenderers shall use the contracting authority ́s template for the reference form, annex 14.
Criterion : Measures for ensuring quality
Description : 2. Quality assurance system Requirement: Tenderers shall have a quality assurance system suited to the content of the contract. Documentation: Tenderers shall document this by presenting a description, on approx. one A4 page, of their quality assurance system, as well as a copy of the table of contents.  If a tenderer has a third party certified quality management system, for example ISO 9001 or similar, it is sufficient to present a valid certificate.
Criterion : Environmental management measures
Description : 3. Environmental management system Requirement: Tenderers shall have a satisfactory system for environmental management suited to the content of the contract. Documentation: An account of the tenderer ́s environment policy and guidelines for following up the environment, as well as a copy of the table of contents. The account shall have a maximum of two A4 pages. A copy of the table of contents will also be added.  If a tenderer is certified in accordance with ISO 14001, Miljøfyrtårnet or equivalent certification schemes, it is sufficient to submit a valid certificate.
Criterion : Measures for ensuring quality
Description : Requirements for responsible business Requirement: Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses. This means that the tenderer has implemented measures and systems used in the work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption. Documentation requirement: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: Completed Response Form for Responsible Business Annex 4.1 Formal policy/guidelines that cover an obligation to comply with the requirements of responsible business. Formal policy/guidelines for accountability for sub suppliers/supplier chain (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. Descriptions of the tenderer's processes and routines for how the company works with due diligence assessments. It should be noted that documentation of fulfilment of the qualification requirements on responsible business can be delivered in English.

5.1.11 Procurement documents

Deadline for requesting additional information : 28/10/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=71279

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
Deadline for receipt of tenders : 07/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 112 Day
Information about public opening :
Opening date : 07/11/2025 11:01 +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 : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett
Information about review deadlines : In accordance with the rules
Organisation providing more information on the review procedures : Lillestrøm Kommune

5.1 Lot technical ID : LOT-0002

Title : Procurement (1)
Description : Demand
Internal identifier : 1789992-1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44423700 Manhole elements
Additional classification ( cpv ): 31711400 Valves and tubes
Additional classification ( cpv ): 42131140 Pressure-reducing, control, check or safety valves
Additional classification ( cpv ): 42132000 Parts of taps and valves
Additional classification ( cpv ): 42997000 Pipeline machinery
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44110000 Construction materials
Additional classification ( cpv ): 44114000 Concrete
Additional classification ( cpv ): 44114200 Concrete products
Additional classification ( cpv ): 44114220 Concrete pipes and fittings
Additional classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 44162000 Piping
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 44163100 Pipes
Additional classification ( cpv ): 44163110 Drainage pipes
Additional classification ( cpv ): 44163140 Steam and water pipes
Additional classification ( cpv ): 44400000 Miscellaneous fabricated products and related items
Additional classification ( cpv ): 44420000 Goods used in construction
Additional classification ( cpv ): 44423730 Manhole frames
Additional classification ( cpv ): 44423740 Manhole covers

5.1.2 Place of performance

Postal address : Postboks 313
Town : Lillestrøm
Postcode : 2001
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : Lillestrøm municipality, MIRA IKS, NRVA

5.1.2 Place of performance

Postal address : Rådhusveien 1
Town : Nittedal kommune
Postcode : 1482
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : Nittedal Municipality

5.1.2 Place of performance

Postal address : Prestegårdsveien 4
Town : Enebakk kommune
Postcode : 1912
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : Enebakk municipality

5.1.2 Place of performance

Postal address : Parkveien 2
Town : Aurskog Høland
Postcode : 1940
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : Aurskog-Høland municipality

5.1.3 Estimated duration

Start date : 15/01/2026
Duration end date : 14/01/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

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 : Measures for ensuring quality
Description : Qualification requirements and ESPD form. A ESPD form is included as a part of this tender documentation, which the tenderer must fill in. This includes a number of requirements that must be answered. In addition there is in the form and below, the qualification requirements stated for this competition. Furthermore, it is stated how the tenderer shall document the qualification requirement. The ESPD form is a self-declaration from the tenderer that there are no reasons for rejection and that the qualification requirements set in the competition are fulfilled.
Criterion : Measures for ensuring quality
Description : Declaration and documentation from sub-suppliers. Tenderers can, if necessary, rely on other companies' capacity to fulfil the economic and financial capacity requirements or technical and professional qualifications stated below.  Technical and professional qualifications If a tenderer would like to rely on sub-suppliers to fulfil the requirements for technical and professional qualifications, this is allowed on the following points:  Point 1.3.2.6, no. 1: Experience from equivalent assignments. If a tenderer will use the parent company to fulfil point 1.3.2.6, the tenderer must submit a binding statement for the parent company. If a tenderer uses sub-suppliers on any of the above mentioned points,: The sub-supplier ́s qualifications are documented in accordance with the documentation requirements stated in the points below, including a completed ESPD form for the sub-suppliers. A signed declaration is to be enclosed with the tender (see Annex 5) from each of the relevant sub-suppliers. Economic and financial position If a tenderer would like to rely on sub-suppliers to fulfil the requirements for economic and financial position,: The sub-supplier ́s qualifications are documented in accordance with the documentation requirements stated in the points below, including a completed ESPD form for the sub-suppliers. A signed declaration is to be enclosed with the tender (see Annex 6) from each of the relevant sub-suppliers.
Criterion : Measures for ensuring quality
Description : Tax and VAT certificates Requirement: Tenderers shall have fulfilled their tax and duty obligations. Documentation: Tenderers shall document this by submitting a tax certificate that is not older than 6 months when seen in relation to the tender deadline.
Criterion : Measures for ensuring quality
Description : Foreign tenderers Foreign tenderers must submit equivalent certificates from their own country that document that the company has its tax and duty payments in order. If the authorities in the relevant country do not issue such certificates, the tenderer must submit a declaration which confirms that all taxes and fees are paid. The declaration must be signed by the treasurer.
Criterion : Enrolment in a trade register
Description : The organisational and legal position of the tenderer. Requirement: Tenderers shall be legally established and registered in a company register or a commerce register in the member state where the tenderer is established. Documentation: Tenderers shall document this by presenting documentation that shows that the tenderer is registered in a professional register, trade register or other business register as prescribed by the law of the country where the tenderer is established, for example the Brønnøysund Register Centre.
Criterion : Financial ratio
Description : Economic and financial capacity Requirement: Tenderers shall have the financial and economic capacity the assignment requires. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation: Tenderers shall document this by presenting the company ́s last year ́s approved annual accounts and the auditor ́s report for the same year.  If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. When assessing the tenderer's financial and economic position, the contracting authority will itself obtain a credit rating from Dun & Bradstreet Norway AS.
Criterion : References on specified works
Description : Technical and professional qualifications 1. Experience from previous assignments Requirement: Tenderers shall have experience from: Sub-contract 1 - Water and sewage, HVAC and industrial water and sewage materials. Reference assignment Two relevant framework agreements, with duration within the last five years, each have an annual extent of at least NOK 3,000,000 and several delivery locations. Five years from the tender deadline. Sub-contract 2 - Concrete and street goods Reference assignment Two relevant framework agreements, with duration within the last five years, each have an annual extent of at least NOK 1,000,000 and several delivery locations. Five years from the tender deadline. Documentation: Sub-contract 1- Water and sewage, HVAC and industrial water and sewage materials. Reference assignment Tenderers shall document this by presenting a description of the relevant framework agreement. The description must include the framework agreement's annual value, duration of the framework agreement, the number of delivery locations in the contract and the contracting authority. Tenderers shall use the contracting authority ́s template for the reference form, annex 14. Sub-contract 2 - Concrete and street goods Reference assignment Tenderers shall document this by presenting a description of the relevant framework agreement. The description must include the framework agreement's annual value, duration of the framework agreement, the number of delivery locations in the contract and the contracting authority. Tenderers shall use the contracting authority ́s template for the reference form, annex 14.
Criterion : Measures for ensuring quality
Description : 2. Quality assurance system Requirement: Tenderers shall have a quality assurance system suited to the content of the contract. Documentation: Tenderers shall document this by presenting a description, on approx. one A4 page, of their quality assurance system, as well as a copy of the table of contents.  If a tenderer has a third party certified quality management system, for example ISO 9001 or similar, it is sufficient to present a valid certificate.
Criterion : Environmental management measures
Description : 3. Environmental management system Requirement: Tenderers shall have a satisfactory system for environmental management suited to the content of the contract. Documentation: An account of the tenderer ́s environment policy and guidelines for following up the environment, as well as a copy of the table of contents. The account shall have a maximum of two A4 pages. A copy of the table of contents will also be added.  If a tenderer is certified in accordance with ISO 14001, Miljøfyrtårnet or equivalent certification schemes, it is sufficient to submit a valid certificate.
Criterion : Measures for ensuring quality
Description : Requirements for responsible business Requirement: Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses. This means that the tenderer has implemented measures and systems used in the work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption. Documentation requirement: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: Completed Response Form for Responsible Business Annex 4.1 Formal policy/guidelines that cover an obligation to comply with the requirements of responsible business. Formal policy/guidelines for accountability for sub suppliers/supplier chain (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. Descriptions of the tenderer's processes and routines for how the company works with due diligence assessments. It should be noted that documentation of fulfilment of the qualification requirements on responsible business can be delivered in English.

5.1.11 Procurement documents

Deadline for requesting additional information : 28/10/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=71279

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
Deadline for receipt of tenders : 07/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 112 Day
Information about public opening :
Opening date : 07/11/2025 11:01 +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 : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett
Information about review deadlines : In accordance with the rules
Organisation providing more information on the review procedures : Lillestrøm Kommune

8. Organisations

8.1 ORG-0001

Official name : Lillestrøm Kommune
Registration number : 820710592
Department : Innkjøp
Postal address : Jonas Lies gate 18
Town : Lillestrøm
Postcode : 2000
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Ambrina Shaikh
Telephone : +47
Roles of this organisation :
Buyer
Group leader
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Romerike og Glåmdal tingrett
Registration number : 926 723 863
Postal address : Postboks 393
Town : Lillestrøm
Postcode : 2001
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 61 99 22 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Nittedal kommune
Registration number : 971643870
Town : Nittedal
Postcode : 1483
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 95803158
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Enebakk kommune
Registration number : 964949581
Town : Enebakk kommune
Postcode : 1912
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 48892870
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Aurskog-Høland kommune
Registration number : 948164256
Town : Aurskog-Høland
Postcode : 1940
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 46409899
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Midtre Romerike avløpsselskap (MIRA)
Registration number : 911808005
Department : LILLESTRØM KOMMUNE (820710592)
Postal address : Postboks 313
Town : Lillestrøm
Postcode : 2001
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 91568778
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Nedre Romerike Vann- og avløpsselskap IKS
Registration number : 892110972
Department : LILLESTRØM KOMMUNE (820710592)
Postal address : Postboks 313
Town : Lillestrøm
Postcode : 2001
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 91568778
Roles of this organisation :
Buyer

Notice information

Notice identifier/version : 77ddfeb5-45f8-4762-bb93-e5c3ccc76493 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/10/2025 12:00 +00:00
Notice dispatch date (eSender) : 03/10/2025 12:13 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00652286-2025
OJ S issue number : 191/2025
Publication date : 06/10/2025