126-BYM-2024 - Framework agreement for service and maintenance of water and sewage installations in the fields and on the islands.

The aim of the procurement is to enter into an agreement with an entity that can carry out service and maintenance at the Agency for Urban Environment ́s private water and sewage facilities in the fields and on the islands. The agency has 74 private sewage installations, known as mini-treatment …

CPV: 39370000 Vodovodne instalacije, 41110000 Pitka voda, 42912330 Aparati za pročišćivanje vode, 42912310 Aparati za filtriranje vode, 44162500 Sustav cijevi za pitku vodu, 45231110 Građevinski radovi polaganja cijevi, 45231111 Demontaža i zamjena cijevi, 45232430 Radovi na obradi vode, 45252126 Građevinski radovi na uređaju za obradu pitke vode, 45252127 Građevinski radovi na uređaju za obradu otpadnih voda, 45252210 Građevinski radovi na uređaju za pročišćivanje vode, 45330000 Vodoinstalaterski i sanitarni radovi, 50000000 Usluge popravaka i održavanja, 50514300 Usluge popravaka cijevnih spojeva, 50700000 Usluge popravaka i održavanja instalacija u zgradama, 71321300 Savjetodavne usluge za vodovodne instalacije, 76480000 Usluge ulaganja proizvodnih cijevi, 76600000 Usluge pregleda cjevovoda, 90400000 Usluge u području otpadnih voda, 90450000 Usluge čišćenja septičkih spremnika
rok:
25. lipnja 2025. 10:00
vrsta roka:
nadmetanje
mjesto izvršenja:
126-BYM-2024 - Framework agreement for service and maintenance of water and sewage installations in the fields and on the islands.
registar:
Oslo kommune v/ Bymiljøetaten
nagradni broj:
24/111940

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Bymiljøetaten
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 : 126-BYM-2024 - Framework agreement for service and maintenance of water and sewage installations in the fields and on the islands.
Description : The aim of the procurement is to enter into an agreement with an entity that can carry out service and maintenance at the Agency for Urban Environment ́s private water and sewage facilities in the fields and on the islands. The agency has 74 private sewage installations, known as mini-treatment plants and grey water installations. The mini-treatment plants handle both grey water and black water. The greywater installations are supplemented with a dense septic tank. We are statutory service twice a year on these facilities. The agency also has 27 drinking water facilities. The smallest installations consist of only a particle filter and a hardening filter. The largest also have filters for iron/manganese and UV radiation. We normally have service 4 times a year at these facilities.
Procedure identifier : eff38c49-83a6-4a17-9a00-c74e7d72cb35
Internal identifier : 24/111940
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50514300 Sleeving repair services
Additional classification ( cpv ): 39370000 Water installations
Additional classification ( cpv ): 41110000 Drinking water
Additional classification ( cpv ): 42912310 Water filtration apparatus
Additional classification ( cpv ): 42912330 Water-purifying apparatus
Additional classification ( cpv ): 44162500 Drinking-water piping
Additional classification ( cpv ): 45231110 Pipelaying construction work
Additional classification ( cpv ): 45231111 Pipeline lifting and relaying
Additional classification ( cpv ): 45232430 Water-treatment work
Additional classification ( cpv ): 45252126 Drinking-water treatment plant construction work
Additional classification ( cpv ): 45252127 Wastewater treatment plant construction work
Additional classification ( cpv ): 45252210 Water purification plant construction work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 76480000 Tubing services
Additional classification ( cpv ): 76600000 Pipeline-inspection services
Additional classification ( cpv ): 90400000 Sewage services
Additional classification ( cpv ): 90450000 Treatment services of septic tanks

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 16 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Lack of reliability to exclude risks to the security of the country : See the ESPD form.
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.
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 : 126-BYM-2024 - Framework agreement for service and maintenance of water and sewage installations in the fields and on the islands.
Description : The aim of the procurement is to enter into an agreement with an entity that can carry out service and maintenance at the Agency for Urban Environment ́s private water and sewage facilities in the fields and on the islands. The agency has 74 private sewage installations, known as mini-treatment plants and grey water installations. The mini-treatment plants handle both grey water and black water. The greywater installations are supplemented with a dense septic tank. We are statutory service twice a year on these facilities. The agency also has 27 drinking water facilities. The smallest installations consist of only a particle filter and a hardening filter. The largest also have filters for iron/manganese and UV radiation. We normally have service 4 times a year at these facilities.
Internal identifier : 24/111940

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50514300 Sleeving repair services
Additional classification ( cpv ): 39370000 Water installations
Additional classification ( cpv ): 41110000 Drinking water
Additional classification ( cpv ): 42912310 Water filtration apparatus
Additional classification ( cpv ): 42912330 Water-purifying apparatus
Additional classification ( cpv ): 44162500 Drinking-water piping
Additional classification ( cpv ): 45231110 Pipelaying construction work
Additional classification ( cpv ): 45231111 Pipeline lifting and relaying
Additional classification ( cpv ): 45232430 Water-treatment work
Additional classification ( cpv ): 45252126 Drinking-water treatment plant construction work
Additional classification ( cpv ): 45252127 Wastewater treatment plant construction work
Additional classification ( cpv ): 45252210 Water purification plant construction work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 76480000 Tubing services
Additional classification ( cpv ): 76600000 Pipeline-inspection services
Additional classification ( cpv ): 90400000 Sewage services
Additional classification ( cpv ): 90450000 Treatment services of septic tanks
Options :
Description of the options : The contract will be valid for 2 years from 01.09.2025. The contracting authority has an option to extend the contract for up to a further two years on verbatim terms. Triggering of the option will occur automatically, unless the contracting authority notifies the tenderer that the option should not be taken up.

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/09/2025
Duration end date : 31/08/2029

5.1.5 Value

Estimated value excluding VAT : 16 000 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : The tenderer shall be a legally established company. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirement: The company's last Annual Financial Statement including notes, the Board's Annual Reports and Audit Reports, including new information of relevance to the company's fiscal numbers. The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Criterion : References on specified deliveries
Description : Tenderers shall have good experience from equivalent assignments. Equivalent assignments means service and maintenance of private water and sewage installations, including mini-treatment facilities, grey water installations and drinking water installations. Documentation requirement: Description of the tenderer's three most relevant assignments in the last three years, including information on the contract ́s value, date of delivery as well as the name of the contracting authority and a description of the assignment ́s content.
Criterion : Average yearly manpower
Description : The tenderer shall have sufficient capacity to. to implement the contract. Documentation requirement: A description of the tenderer's overall organisation and the number of employees with core competence with connection to the delivery.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have a relevant quality assurance system for the content of the contract. Documentation requirement: A description of the tenderer's quality assurance methods alternatively: Certificate for the company's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract's environmental provisions. This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract. Documentation requirement: A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation. Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Criterion: • System and routines •Competence Documentation requirement: • Description of system and routines for delivery of orders and order confirmation in accordance with the contract deadlines. • Document completed courses/certifications beyond the minimum requirements.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name : Price
Description : • Completed price and product form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Climate and environment
Description : Both climate footprint and environmental impact are considered to be limited in this procurement. The contract is for plumbing work. The greatest climate impact will be assessed as connection to transport. Oslo municipality has implemented a standard requirement for the use of zero emission vehicles from 01.01.2025. As this will be an absolute requirement for the tenderers, and in addition there are qualification requirements that are related to climate and the environment, our assessment is that the use of these requirements actually contributes to reducing environmental risk to a greater degree compared to setting an award criterion on climate and the environment. By setting environmental requirements for the delivery and the tenderer, incentives are given to deliver as binding and environmentally friendly tenders as possible within the framework for this service. This is to be assessed to ensure the best climate footprint and environmental impact of the procurement. Setting such requirements as a minimum requirement will, according to the contracting authority ́s assessment, clearly give a better climate and environmental effect than considering other climate and environmental considerations in this procurement. Based on the above assessment, the contracting authority will use the exclusion provisions in the procurement regulations §7-9 fourth paragraph. The contracting authority is exempt from the obligations to weight the environment 30% or to prioritise the environment among the three highest prioritised award criteria in this procurement.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 25/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1000
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Information about review deadlines : The waiting period is 10 business days from the day after the notification letter has been sent.

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Bymiljøetaten
Registration number : 996 922 766
Postal address : Postboks 636 Løren
Town : Oslo
Postcode : 0507
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Ingrid Nøkland
Telephone : +47 23482030
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 716d277a-37e9-4679-a54c-3cc4015cef37 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/05/2025 13:00 +00:00
Notice dispatch date (eSender) : 21/05/2025 13:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00332860-2025
OJ S issue number : 99/2025
Publication date : 23/05/2025