Measures for control of legionella

Sandnes eiendom invites tenderers, on behalf of Sandnes kommune, to a competition for a framework agreement for the provision of services in connection with measures for control services for legionella in municipal buildings and sites. Sandnes eiendom manages a large building with many purpose-built buildings, where control and measures against …

CPV: 71000000 Építészeti, építési, mérnöki és vizsgálati szolgáltatások, 71900000 Laboratóriumi szolgáltatások, 90000000 Szennyvíz- és hulladéktisztítási és környezetvédelmi szolgáltatások, 90700000 Környezetvédelemmel kapcsolatos szolgáltatások, 90710000 Környezetgazdálkodás, 90711000 Nem építkezéssel kapcsolatos környezeti hatáselemzés, 90711100 Nem építkezéssel kapcsolatos kockázat- vagy veszélyértékelés
Határidő:
2025. június 27. 10:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Measures for control of legionella
Díjat odaítélő szervezet:
Sandnes kommune
Díj száma:
25/05524

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Measures for control of legionella
Description : Sandnes eiendom invites tenderers, on behalf of Sandnes kommune, to a competition for a framework agreement for the provision of services in connection with measures for control services for legionella in municipal buildings and sites. Sandnes eiendom manages a large building with many purpose-built buildings, where control and measures against legionella are a part of the operational routines. The framework agreement shall ensure rapid measures against legionella when detecting bacteria.
Procedure identifier : cb4ae899-6058-4f7b-bb57-542a7cdd420d
Internal identifier : 25/05524
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 ): 71900000 Laboratory services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 90710000 Environmental management
Additional classification ( cpv ): 90711000 Environmental impact assessment other than for construction
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone
Maximum value of the framework agreement : 8 000 000 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?
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 : Measures for control of legionella
Description : Sandnes eiendom invites tenderers, on behalf of Sandnes kommune, to a competition for a framework agreement for the provision of services in connection with measures for control services for legionella in municipal buildings and sites. Sandnes eiendom manages a large building with many purpose-built buildings, where control and measures against legionella are a part of the operational routines. The framework agreement shall ensure rapid measures against legionella when detecting bacteria.
Internal identifier : 25/05524

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71900000 Laboratory services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 90710000 Environmental management
Additional classification ( cpv ): 90711000 Environmental impact assessment other than for construction
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Options :
Description of the options : Framework agreement over two years with an option for an extension for 1+1 year.

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone
Maximum value of the framework agreement : 8 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : 5.4.1 Company Registration Certificate Requirement: The tenderer shall be a legally established company. Documentation: Norwegian companies: Company Registration Certificate from the Brønnøysund Register Centre. Foreign companies: Registration certificate in a professional register as determined by legislation in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : 5.4.2 Tax and VAT certificate. Requirement: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence. Documentation: Norwegian companies: Tax and VAT certificate, not older than 6 months calculated from the tender deadline (Altinn - Certificate order). Foreign companies: Certificate issued by the relevant authority in the tenderer's home country confirming that the company has fulfilled its tax and VAT payments. The certificate shall not be older than 6 months from the deadline for receipt of tenders.
Criterion : Other economic or financial requirements
Description : 5.5 Requirements regarding the tenderer's economic and financial capacity. Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy the last available financial year. Documentation: Norwegian companies: As documentation, the Contracting Authority will obtain the credit rating Commercial Delphi Score from Experian. Tenderers must achieve a minimum rating of "Credit worthy", i.e. tenderers must be in risk class 5 or higher on Experians scale. Foreign companies: Credit rating from a credit rating company that shows that the tenderer fulfils the requirement. The credit rating shall show the current financial situation of the company, be based on the last available accounts and be carried out by a company that has permission to carry out credit information activities. For all companies: If the tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial capacity by presenting any other document that the contracting authority deems suitable.
Criterion : References on specified services
Description : 5.6.1 Requirements regarding the tenderer's experience Requirement: Tenderers shall have experience from relevant assignments. Documentation: The contracting authority has prepared a form that the tenderer shall use to respond to this qualification requirement, see the tender documentation part II the contract documentation, chapter G, Annex 2 Reference Assignment, supplier. The form states what information the tenderer shall provide for up to three of the most relevant assignments. In addition tenderers shall enclose a list of other relevant assignments.
Criterion : Relevant educational and professional qualifications
Description : 5.6.2 Requirements regarding the tenderer's capacity and implementation ability. Requirement: Tenderers shall have sufficient capacity and implementation ability to fulfil the contract as described in the tender documentation. Documentation: A description of the personnel and units that the tenderer has at its disposal for fulfilment of the contract, i.e. personnel and units in their own company, and if relevant, personnel and units to other companies that the tenderer will use to fulfil technical and professional qualifications, see point 5.1, first section.
Criterion : Measures for ensuring quality
Description : 5.6.3 Requirements regarding the tenderer's quality assurance measures. Requirement: Tenderers are required to have a quality assurance system adapted to the delivery ́s complexity, risk and aim. Documentation: A description of the tenderer's quality assurance methods. As a minimum, a general description of the system ́s content, including an overview of inspection plans and check-lists that are relevant for the assignment, must be submitted. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
Criterion : Environmental management measures
Description : 5.6.4 Requirements regarding the tenderer's environmental management measures. Requirement: Tenderers are required to have environmental management measures adapted to the delivery's environmental objective, environmental properties, complexity and risk. Documentation: A description of the tenderer's environmental management measures. Tenderers shall provide a short account that states the tenderer's stated environmental objectives, the status of environmental work in their own business and planned measures of relevance for this contract. If a tenderer is certified in accordance with ISO 14001, EMAS, Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate provided that the environmental management measures are covered by the certification scheme.

5.1.10 Award criteria

Criterion :
Type : Price
Name : The lowest price
Description : The lowest price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 27/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 90 Day
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : Tenderers shall sign a "Confidentiality Statement for consultants and consultants"
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Sør-Rogaland tingrett -
Review organisation : Sør-Rogaland tingrett -
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Sør-Rogaland tingrett -
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Sør-Rogaland tingrett -
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Sør-Rogaland tingrett -
Organisation providing additional information about the procurement procedure : Sandnes kommune -
Organisation providing offline access to the procurement documents : Sandnes kommune -
Organisation providing more information on the review procedures : Sør-Rogaland tingrett -
Organisation receiving requests to participate : Sandnes kommune -
Organisation processing tenders : Sandnes kommune -

8. Organisations

8.1 ORG-0001

Official name : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Torgeir Kvalberg
Telephone : +47 40063708
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Town : Sandnes
Postcode : 4300
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : fd181f9f-9694-4d91-bd6c-be8bee77e36c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/05/2025 12:49 +00:00
Notice dispatch date (eSender) : 15/05/2025 11:15 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00318470-2025
OJ S issue number : 94/2025
Publication date : 16/05/2025