Voss herad - Myrkdalen Treatment Facility, Prequalification Machine and Process Contract M1.

Voss municipality shall establish a new sewage treatment facility for Myrkdalen. The existing sewage system does not fulfil the current cleaning requirements, and Voss herad has applied for a new discharge permit. The treatment facility shall fulfil the cleaning requirements in the discharge permit from the Government Manager granted in …

CPV: 38810000 Ražošanas procesa vadības iekārtas, 42996000 Notekūdeņu attīrīšanas mehānismi, 42996110 Notekūdeņu atkritumu smalcinātāji, 45252200 Attīrīšanas iekārtu aprīkojums, 45252210 Ūdens attīrīšanas iekārtas celtniecības darbi, 45317000 Citi elektroinstalācijas darbi, 45350000 Mehāniskās iekārtas, 71321000 Ēku mehānisko un elektrisko iekārtu inženiertehniskās projektēšanas pakalpojumi, 90420000 Notekūdeņu attīrīšanas pakalpojumi
Izpildes vieta:
Voss herad - Myrkdalen Treatment Facility, Prequalification Machine and Process Contract M1.
Piešķīrēja iestāde:
Voss herad
Piešķīruma numurs:
10242151

1. Buyer

1.1 Buyer

Official name : Voss herad
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Voss herad - Myrkdalen Treatment Facility, Prequalification Machine and Process Contract M1.
Description : Voss municipality shall establish a new sewage treatment facility for Myrkdalen. The existing sewage system does not fulfil the current cleaning requirements, and Voss herad has applied for a new discharge permit. The treatment facility shall fulfil the cleaning requirements in the discharge permit from the Government Manager granted in 2024 and shall facilitate for further development of Myrkdalen. New process engineering installations shall be dimensioned for 9,900 PE with an option for future expansion to 17,500 PE. The actual buildings shall be designed in such a way that there is space/room for process engineering installations to process sewage from 17,500 PE. The project is divided into several contracts:B1 – Construction contract (execution contract)G1 – Ground work site for new treatment facility and emission pipeline (execution contract)G2 - Transfer pipeline from Myrkdalen Fjellandsby (execution contract)M1 - Machine and process facility (interaction contract) – This notice. A1 – Automation. Voss municipality currently has a separate agreement with an automation supplier. It has not been decided whether this contract shall be used, whether an automation contract shall be prepared, or whether automation will be part of this procurement. This contract (M1) includes the project development phase, engineering design, delivery, assembly, testing and entry of process and machine equipment. The disciplines included in this contract are machine and process, including process-electro and control. For more information about the contract work, see Part II - The Contract Documentation. The tenderer will be chosen for both phases, but the contracting authority has full freedom to stop the cooperation up until any turnkey contract for the collaboration phase 2 - execution phase (detailed engineering design and construction). A separate contract will be signed for the interaction phase 1 - development phase, in order to work forward a suitable treatment and sludge handling process. Voss herad would like tenders from contractors with the professional, technical and financial basis necessary for fulfilment of the contract.
Procedure identifier : 7cbcc18a-6d6a-48cf-ad3f-812cfcf6d5de
Internal identifier : 10242151
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : This procurement is being carried out as a competition with negotiations after a prior notice (§9-1 (1)). The contracting authority has the right to negotiate with one or several tenderers after collecting competing tenders.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45252210 Water purification plant construction work
Additional classification ( cpv ): 38810000 Industrial process control equipment
Additional classification ( cpv ): 42996000 Machinery for the treatment of sewage
Additional classification ( cpv ): 42996110 Macerators for the treatment of sewage
Additional classification ( cpv ): 45252200 Purification plant equipment
Additional classification ( cpv ): 45317000 Other electrical installation work
Additional classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 90420000 Sewage treatment services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - See the competitive basis.

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 : Voss herad - Myrkdalen Treatment Facility, Prequalification Machine and Process Contract M1.
Description : Voss municipality shall establish a new sewage treatment facility for Myrkdalen. The existing sewage system does not fulfil the current cleaning requirements, and Voss herad has applied for a new discharge permit. The treatment facility shall fulfil the cleaning requirements in the discharge permit from the Government Manager granted in 2024 and shall facilitate for further development of Myrkdalen. New process engineering installations shall be dimensioned for 9,900 PE with an option for future expansion to 17,500 PE. The actual buildings shall be designed in such a way that there is space/room for process engineering installations to process sewage from 17,500 PE. The project is divided into several contracts:B1 – Construction contract (execution contract)G1 – Ground work site for new treatment facility and emission pipeline (execution contract)G2 - Transfer pipeline from Myrkdalen Fjellandsby (execution contract)M1 - Machine and process facility (interaction contract) – This notice. A1 – Automation. Voss municipality currently has a separate agreement with an automation supplier. It has not been decided whether this contract shall be used, whether an automation contract shall be prepared, or whether automation will be part of this procurement. This contract (M1) includes the project development phase, engineering design, delivery, assembly, testing and entry of process and machine equipment. The disciplines included in this contract are machine and process, including process-electro and control. For more information about the contract work, see Part II - The Contract Documentation. The tenderer will be chosen for both phases, but the contracting authority has full freedom to stop the cooperation up until any turnkey contract for the collaboration phase 2 - execution phase (detailed engineering design and construction). A separate contract will be signed for the interaction phase 1 - development phase, in order to work forward a suitable treatment and sludge handling process. Voss herad would like tenders from contractors with the professional, technical and financial basis necessary for fulfilment of the contract.
Internal identifier : 10242151

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45252210 Water purification plant construction work
Additional classification ( cpv ): 38810000 Industrial process control equipment
Additional classification ( cpv ): 42996000 Machinery for the treatment of sewage
Additional classification ( cpv ): 42996110 Macerators for the treatment of sewage
Additional classification ( cpv ): 45252200 Purification plant equipment
Additional classification ( cpv ): 45317000 Other electrical installation work
Additional classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 90420000 Sewage treatment services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/10/2025
Duration end date : 31/12/2028

5.1.4 Renewal

Maximum renewals : 0

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 : Financial ratio
Description : See the tender documentation.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/258637574.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 : Required
Variants : Not allowed
Description of the financial guarantee : See the tender documentation.
Deadline for receipt of requests to participate : 01/07/2025 10:00 +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 : See the tender documentation.
Financial arrangement : See the tender documentation.

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 : Hordaland tingrett -
Information about review deadlines : See the tender documentation.
Organisation providing additional information about the procurement procedure : Sweco Norge AS (Hovedenhet) -

8. Organisations

8.1 ORG-0001

Official name : Sweco Norge AS (Hovedenhet)
Registration number : 967032271
Postal address : Drammensveien 260
Town : OSLO
Postcode : 0283
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Magnus Henneli Ingebrigtsen
Telephone : +47 67128000
Internet address : http://www.sweco.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Voss herad
Registration number : 960510542
Town : Voss
Postcode : 5700
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 90874905
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Hordaland tingrett
Registration number : 926723367
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 2e40aafc-f433-4f92-9085-4e60aee919ac - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/06/2025 12:34 +00:00
Notice dispatch date (eSender) : 03/06/2025 12:44 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00359137-2025
OJ S issue number : 106/2025
Publication date : 04/06/2025