Framework agreement laboratory services (NY)

Framework agreement for the execution of accredited chemical, physical and bacteriological and biological analyses, including the necessary sample equipment and transport of samples for analysis for the municipalities of Fredrikstad and Hvaler. Framework agreement for the execution of accredited chemical, physical and bacteriological and biological analyses, including the necessary sample …

CPV: 71620000 Analysis services, 71900000 Laboratory services, 73111000 Research laboratory services, 85145000 Services provided by medical laboratories, 90710000 Environmental management, 90711500 Environmental monitoring other than for construction, 90732900 Nitrates and phosphates pollution assessment, 90733100 Surface water pollution monitoring or control services, 90733600 Transboundary water pollution management or control services, 90733700 Groundwater pollution monitoring or control services, 90743100 Toxic substances monitoring services
spriocdháta:
Meith. 23, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Framework agreement laboratory services (NY)
clárlann:
Fredrikstad kommune
uimhir dámhachtana:
2025/7840

1. Buyer

1.1 Buyer

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

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Framework agreement laboratory services (NY)
Description : Framework agreement for the execution of accredited chemical, physical and bacteriological and biological analyses, including the necessary sample equipment and transport of samples for analysis for the municipalities of Fredrikstad and Hvaler.
Procedure identifier : b6a2ebd3-1a32-4c56-9ef4-56b93660e29a
Internal identifier : 2025/7840
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Framework agreement for the execution of accredited chemical, physical and bacteriological and biological analyses, including the necessary sample equipment and transport of samples for analysis for fredrikstad and hvaler municipalities. The contract will also include any extraordinary analyses in connection with complaints, suspicion of contamination or outbreaks.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71900000 Laboratory services
Additional classification ( cpv ): 71620000 Analysis services
Additional classification ( cpv ): 73111000 Research laboratory services
Additional classification ( cpv ): 85145000 Services provided by medical laboratories
Additional classification ( cpv ): 90710000 Environmental management
Additional classification ( cpv ): 90711500 Environmental monitoring other than for construction
Additional classification ( cpv ): 90732900 Nitrates and phosphates pollution assessment
Additional classification ( cpv ): 90733100 Surface water pollution monitoring or control services
Additional classification ( cpv ): 90733600 Transboundary water pollution management or control services
Additional classification ( cpv ): 90733700 Groundwater pollution monitoring or control services
Additional classification ( cpv ): 90743100 Toxic substances monitoring services

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 2 400 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The client will enter into a contract for goods/services.

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?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement laboratory services (NY)
Description : Framework agreement for the execution of accredited chemical, physical and bacteriological and biological analyses, including the necessary sample equipment and transport of samples for analysis for the municipalities of Fredrikstad and Hvaler.
Internal identifier : 2025/7840

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71900000 Laboratory services
Additional classification ( cpv ): 71620000 Analysis services
Additional classification ( cpv ): 73111000 Research laboratory services
Additional classification ( cpv ): 85145000 Services provided by medical laboratories
Additional classification ( cpv ): 90710000 Environmental management
Additional classification ( cpv ): 90711500 Environmental monitoring other than for construction
Additional classification ( cpv ): 90732900 Nitrates and phosphates pollution assessment
Additional classification ( cpv ): 90733100 Surface water pollution monitoring or control services
Additional classification ( cpv ): 90733600 Transboundary water pollution management or control services
Additional classification ( cpv ): 90733700 Groundwater pollution monitoring or control services
Additional classification ( cpv ): 90743100 Toxic substances monitoring services

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 2 400 000 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 must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. The contracting authority will evaluate the tenderer's fulfilment of the requirement in the following manner: Credit rating based on the last known accounting figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The credit rating shall have a minimum rating of creditworthy. Newly established companies, or companies that are at a rate lower than credit worthy, can instead submit a parent company guarantee or a bank guarantee that can document sufficient economic and financial capacity to fulfil the contract obligations. If a parent company guarantee is submitted, the parent company will be rated in an equivalent way so the requirement for creditworthiness thus applies to the parent company. See the annex parent company guarantee. 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.
Criterion : Other economic or financial requirements
Description : Requirement for an accredited laboratory in accordance with NS EN ISO/IEC 17025. Minimum standard level required. Documentation: Certificate of Accreditation from Norwegian Accreditation, or equivalent proof for foreign tenderers. Requirement for accreditation in relation to the Drinking Water Regulations, Pool bath regulations and methods stated on the Norwegian Environment Agency ́s Water Environment site. Documentation: Copy of accreditation for relevant area and methods. If sub-suppliers are to be used, a copy of their accreditation must also be enclosed.
Criterion : References on specified services
Description : Services only: During the reference period, the supplier has carried out the following significant deliveries of goods of the requested type, or the following significant services of the requested type. The contracting authority may require up to three years of experience and allow for consideration of experience gained prior to the most recent three years. Minimum qualification requirements The supplier must have experience from comparable assignments. This must be documented by providing a description of up to three of the supplier’s most relevant assignments during the past three years. The description must include the value of the assignment, the time it was carried out, and the recipient (name, telephone number, and email address). It is the supplier’s responsibility to demonstrate relevance through the description. The supplier may document experience by referring to the competence of personnel at their disposal and available for this assignment, even if the experience was gained while the personnel were working for another supplier.
Criterion : Measures for ensuring quality
Description : The supplier utilizes the following technical facilities and quality assurance measures, and the supplier’s investigation and research facilities are as follows: Minimum requirements for qualification criteria Requirement for an accredited laboratory in accordance with NS EN ISO/IEC 17025. A minimum standard level is required. Documentation: Accreditation certificate from Norwegian Accreditation, or equivalent. The contracting authority will accept equivalent certificates issued by bodies in other EEA states. Requirement for accreditation in accordance with the Drinking Water Regulations, Swimming Pool Regulations, and methods specified on the Norwegian Environment Agency's Water Environment pages. Documentation: Copy of accreditation for the relevant area and methods. If a subcontractor is to be used, a copy of their accreditation must also be attached.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256426366.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 : 23/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 23/06/2025 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 : 20
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Søndre Østfold Tingrett -
Organisation providing more information on the review procedures : Søndre Østfold Tingrett -

8. Organisations

8.1 ORG-0001

Official name : Fredrikstad kommune
Registration number : 940039541
Postal address : Rådhuset, Nygaardsgaten 14-16
Town : FREDRIKSTAD
Postcode : 1606
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Ole Andreas Schade
Telephone : +47 69306000
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Hvaler Kommune
Registration number : 974 644 207
Postal address : Storveien 32
Town : Skjærhalden
Postcode : 1680
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Telephone : 69375000
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Søndre Østfold Tingrett
Registration number : Søndre Østfold Tingrett
Department : Søndre Østfold Tingrett
Postal address : Gunnar Nilsens gate 23
Town : Fredrikstad
Postcode : 1607
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Søndre Østfold Tingrett
Telephone : 69797700
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 751197ce-c9b3-469b-ad88-ff65c714cfb4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/05/2025 10:11 +00:00
Notice dispatch date (eSender) : 23/05/2025 11:44 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00339012-2025
OJ S issue number : 100/2025
Publication date : 26/05/2025