New notice/Continuation of competition - Brandbu water treatment facility - E01 Machine and process

THIS IS A CONTINUATION OF THE COMPETITION OF THE SAME NAME THAT WAS PUBLISHED 02.04.2025. THE REASON THE COMPETITION IS REPUBLISHED HERE ARE TECHNICAL PROBLEMS IN MERCELL WHICH PREVENTED US FROM EXTENDING THE TENDER DEADLINE. THE TENDER DEADLINE SHOULD BE EXTENDED AS A RESULT OF SOME QUESTIONS ABOUT THE TENDER …

CPV: 45000000 Celtniecības darbi, 45232430 Ūdens attīrīšanas iekārtas, 45252126 Dzeramā ūdens attīrīšanas iekārtas celtniecības darbi, 45350000 Mehāniskās iekārtas, 45351000 Mašīnbūves iekārtu uzstādīšanas darbi
Termiņš:
2025. gada 26. maijs, 07:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
New notice/Continuation of competition - Brandbu water treatment facility - E01 Machine and process
Piešķīrēja iestāde:
Gran Kommune
Piešķīruma numurs:
25/03357

1. Buyer

1.1 Buyer

Official name : Gran Kommune
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : New notice/Continuation of competition - Brandbu water treatment facility - E01 Machine and process
Description : THIS IS A CONTINUATION OF THE COMPETITION OF THE SAME NAME THAT WAS PUBLISHED 02.04.2025. THE REASON THE COMPETITION IS REPUBLISHED HERE ARE TECHNICAL PROBLEMS IN MERCELL WHICH PREVENTED US FROM EXTENDING THE TENDER DEADLINE. THE TENDER DEADLINE SHOULD BE EXTENDED AS A RESULT OF SOME QUESTIONS ABOUT THE TENDER DOCUMENTATION THAT HAVE TAKEN THE TIME TO ANSWER. GRAN MUNICIPALITY HAS THEREFORE CHOSEN TO POSTPONE THE TENDER DEADLINE UNTIL MONDAY 26.05.2025, 09.00. NOTIFICATION ON THE CHOICE OF TENDERER AND CONTRACT SIGNING IS PUSHED TO HVV. WEEK 24 AND WEEK 26.********************************************************************************************************************************* Contracting Authority, unit for water, sewage and sanitation in Gran municipality invite tenderers to a competition for a contract for Brandbu water treatment facility E01 Machine and process. The water treatment facility in Brandbu and the accompanying infrastructure is divided into three execution contracts, including E01 Machinery and Process (this competition), E02 Construction and E03 Water and Sewage installations. It has been decided that Gran and Lunner municipalities shall be able to be supplied from Brandbu water treatment plant and from the intermunicipal waterworks. The new water treatment facility is planned for the building at Brandbu in Gran municipality. The site is regulated and the detailed development plan was approved 08.02.2024.The programme states that new facilities shall be prepared for the maximum day in 2070 and "furnished" with a process for the maximum day in 2040.There is full 24 hour levelling capacity in elevated basins in the distribution network. It is, therefore, not a prerequisite that the amount of water stated above is constantly delivered from the plant. For example, there may be stoppages for flushing/cleaning during the night. The facility will be constructed with two membrane rigs at first, with room for an expansion to a third rig in the future.
Procedure identifier : b97f8340-b61f-4394-9060-f07c33873ed7
Internal identifier : 25/03357
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Contract E01 includes the following: The water treatment plant consists of the following pumps and treatment stage: Raw water pumps (collecting water from raw water basins), sieving, nanofiltration, UV, reserve claws, clean water pumps (which collect water from clean water basins) and water glass installation. The installation is divided into three parallel lines with nano filters, each with capacity (clean water) 28 l/s. In the first phase two lines will be established. The third will be established when the increase in water consumption shows that it is necessary to have sufficient back-up capacity in the area. The contract is an execution contract in accordance with NS 8405:2008 Norwegian construction contract with special contract terms stated in the tender documentation Part II The contract documentation.The contract work ́s description is mainly based on NS 3420. Membrane filters, chemical rooms for chlorinated, acid washing installations for UV have been function described and therefore detailed engineering design must be provided by the tendererIt is in the tender documentation.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45232430 Water-treatment work
Additional classification ( cpv ): 45252126 Drinking-water treatment plant construction work
Additional classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45351000 Mechanical engineering installation works

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 35 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - Utilities Regulations

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching 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 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 : New notice/Continuation of competition - Brandbu water treatment facility - E01 Machine and process
Description : THIS IS A CONTINUATION OF THE COMPETITION OF THE SAME NAME THAT WAS PUBLISHED 02.04.2025. THE REASON THE COMPETITION IS REPUBLISHED HERE ARE TECHNICAL PROBLEMS IN MERCELL WHICH PREVENTED US FROM EXTENDING THE TENDER DEADLINE. THE TENDER DEADLINE SHOULD BE EXTENDED AS A RESULT OF SOME QUESTIONS ABOUT THE TENDER DOCUMENTATION THAT HAVE TAKEN THE TIME TO ANSWER. GRAN MUNICIPALITY HAS THEREFORE CHOSEN TO POSTPONE THE TENDER DEADLINE UNTIL MONDAY 26.05.2025, 09.00. NOTIFICATION ON THE CHOICE OF TENDERER AND CONTRACT SIGNING IS PUSHED TO HVV. WEEK 24 AND WEEK 26.********************************************************************************************************************************* Contracting Authority, unit for water, sewage and sanitation in Gran municipality invite tenderers to a competition for a contract for Brandbu water treatment facility E01 Machine and process. The water treatment facility in Brandbu and the accompanying infrastructure is divided into three execution contracts, including E01 Machinery and Process (this competition), E02 Construction and E03 Water and Sewage installations. It has been decided that Gran and Lunner municipalities shall be able to be supplied from Brandbu water treatment plant and from the intermunicipal waterworks. The new water treatment facility is planned for the building at Brandbu in Gran municipality. The site is regulated and the detailed development plan was approved 08.02.2024.The programme states that new facilities shall be prepared for the maximum day in 2070 and "furnished" with a process for the maximum day in 2040.There is full 24 hour levelling capacity in elevated basins in the distribution network. It is, therefore, not a prerequisite that the amount of water stated above is constantly delivered from the plant. For example, there may be stoppages for flushing/cleaning during the night. The facility will be constructed with two membrane rigs at first, with room for an expansion to a third rig in the future.
Internal identifier : 25/03357

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45232430 Water-treatment work
Additional classification ( cpv ): 45252126 Drinking-water treatment plant construction work
Additional classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45351000 Mechanical engineering installation works

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 22/07/2025
Duration end date : 20/03/2028

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 35 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
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 : .

5.1.11 Procurement documents

Deadline for requesting additional information : 15/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256593117.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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Description of the financial guarantee : In accordance with the tender documentation.
Deadline for receipt of tenders : 26/05/2025 07:00 +00:00
Deadline until which the tender must remain valid : 96 Day
Information about public opening :
Opening date : 26/05/2025 07:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : In accordance with the attached documents in the competition.
Financial arrangement : The project is financed through municipal budgets and payment will be carried out in accordance with NS 8405.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vestre Innlandet Tingrett -
Information about review deadlines : Ten days.
Organisation providing additional information about the procurement procedure : Gran Kommune -

8. Organisations

8.1 ORG-0001

Official name : Gran Kommune
Registration number : 961381541
Postal address : Rådhusvegen 39
Town : JAREN
Postcode : 2770
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Gran kommune
Telephone : +47 61338400
Fax : +47 61338574
Internet address : http://www.gran.kommune.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Vestre Innlandet Tingrett
Registration number : 926723758
Department : Gjøvik
Postal address : Strandgata 26
Town : Gjøvik
Postcode : 2821
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Vestre Innlandet Tingrett
Telephone : 61020200
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : f766c227-b6f1-4d52-ad1e-ef69b8fde2af - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/05/2025 13:46 +00:00
Notice dispatch date (eSender) : 09/05/2025 14:03 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00306609-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025