Framework agreement maintenance services sewage network

The contracting authority for the competition is Løten municipality. See the https://www.loten.kommune.no/ for further information on the contracting authority. The contracting authority for the competition is Løten municipality. See the https://www.loten.kommune.no/ for further information on the contracting authority.

CPV: 90000000 Storitve v zvezi z odplakami, odpadki, čiščenjem in okoljem, 50000000 Storitve popravila in vzdrževanja, 90400000 Storitve v zvezi z odplakami, 90470000 Storitve čiščenja odtočnih kanalov, 90491000 Storitve pregledovanja odtočnih kanalov, 90513600 Storitve odstranjevanja mulja, 90513700 Storitve prevoza mulja
Rok:
14. november 2025. 11:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Framework agreement maintenance services sewage network
Organ za podeljevanje:
Løten Kommune
Številka dodelitve:
25/829

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Framework agreement maintenance services sewage network
Description : The contracting authority for the competition is Løten municipality. See the https://www.loten.kommune.no/ for further information on the contracting authority.
Procedure identifier : 2ae5a6a3-75f3-4c81-9f7d-d5777f038bd4
Internal identifier : 25/829
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The competition is for the procurement of services connected to maintenance of the municipality ́s sewage network, mainly, but also some services of adjoining or similar nature. See Annex 1 Requirement Specifications for further details on the services.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 90400000 Sewage services
Additional classification ( cpv ): 90470000 Sewer cleaning services
Additional classification ( cpv ): 90491000 Sewer survey services
Additional classification ( cpv ): 90513600 Sludge removal services
Additional classification ( cpv ): 90513700 Sludge transport services

2.1.2 Place of performance

Town : Løten
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information : The contracting authority is the entire Løten municipality.

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - The procurement fulfils the terms to utilise the supply regulations

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), 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 : Framework agreement maintenance services sewage network
Description : The contracting authority for the competition is Løten municipality. See the https://www.loten.kommune.no/ for further information on the contracting authority.
Internal identifier : 25/829

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 90400000 Sewage services
Additional classification ( cpv ): 90470000 Sewer cleaning services
Additional classification ( cpv ): 90491000 Sewer survey services
Additional classification ( cpv ): 90513600 Sludge removal services
Additional classification ( cpv ): 90513700 Sludge transport services

5.1.2 Place of performance

Town : Løten
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information : The contracting authority is the entire Løten municipality.

5.1.3 Estimated duration

Duration : 60 Month

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The framework agreement for water meters will apply from when the contract is signed and 2 (two) years into the future, with an option for the contracting authority to extend one or more times for up to a further 1+1+1 years, a total of 5 years.

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone
Maximum value of the framework agreement : 10 000 000 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, Procurement Document
Criterion : Enrolment in a trade register
Description : Requirement: The tenderer shall be a legally established company. Documentation requirement: Declare in the tender letter, documented on request. Documented on request. • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. This is measured through: - Tenderers shall have a minimum rating of B credit rating. - Tenderers shall have positive equity. Documentation requirement: Declare in the tender letter, documented on request. Documented on request: • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. If the tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, it can be documented by presenting a declaration from a financial institution about surety. • Tenderers shall deliver the last available quarterly accounts, including balance sheets.
Criterion : References on specified works
Description : Requirement: Tenderers shall have experience with the execution of comparable deliveries. Documentation requirement: Declare in the tender letter, documented on request. Documented on request: A list with an overview of the tenderer's three most relevant assignments in the last 3 years. The list ought as a minimum to include: • Name of the customer/recipient. • Contact person at the contracting authority and contact information (telephone number and email address). • Description of the company's role • The assignment ́s value • Date of the delivery. • Brief description of the delivery Annex 5 shall be used. It is the tenderer ́s responsibility to document relevance through the description. The contracting authority reserves the right to contact the contracting authority for confirmation of the provided information.
Criterion : Technicians or technical bodies to carry out the work
Description : Requirement: Tenderers shall have sufficient capacity and competence to carry out the assignments covered by the framework agreement within the given limits and deadlines. Tenderers must have sufficient capacity to handle assignments during staff holidays, illnesses and other absences, down time for vehicles, machines and equipment, as well as the capacity to handle rush assignments. Documentation requirement: Declare in tender letter, documented on request A description shall be provided, which must include: • An overview in a table form that shows which resources and competence the tenderer has at their disposal for handling assignments under this framework agreement.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Requirement: Tenderers shall have a satisfactory quality system that covers the activities included in the assignment. The concept of a quality system is that i.a. the tenderer has a awareness of quality objectives, planning, securing, handling of deviations and quality improvement. Documentation requirement: Declare in the tender letter, documented on request. Documented on request: • Either: a description of the tenderer's quality assurance system. • Or: copy of valid certification in accordance with ISO 9001 or equivalent standards.
Criterion : Environmental management measures
Description : Requirement: Tenderers are required to have a satisfactory environmental management system, or are certified for environmental management. Documentation requirement: Declare in the tender letter, documented on request. Documented on request: • Either: a description of environmental management measures implemented in the entity. • Or: copy of valid certification in accordance with ISO 14001, Miljøfyrtårn ,EMAS or equivalent standards.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Under this criteria: • The offered total sum
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment
Description : The contract here will be assessed: • Fuel assessment in accordance with DFØ ́s fuel matrix. Cf. Requirement 3.1.8 in Annex 1 Requirement Specification. • Other measures and routines for minimising climate footprint during the delivery of the framework agreement.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/11/2025 22:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/266797493.aspx
Ad hoc communication channel :
Name : Kommunikasjon skal foregå gjennom det elektroniske konkurransegjennomføringsverktøyet Mercell til oppdragsgivers kontaktperson som oppgitt i pkt. 1.2 på språk i henhold til språkkravene i pkt. 4.5.

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 14/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 14/11/2025 11:00 +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 Part II.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : The contracting authority and sub-contractors are required to submit tax certificates that are not older than six months from the time the tender is submitted. See Part II.

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Hedmarken og Østerdal tingrett
Information about review deadlines : A waiting period will be held in accordance with the regulations.
Organisation providing additional information about the procurement procedure : Løten Kommune

8. Organisations

8.1 ORG-0001

Official name : Løten Kommune
Registration number : 964950679
Postal address : Kildeveien 1
Town : LØTEN
Postcode : 2341
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : June Bjørnvik
Telephone : +47 62593000
Fax : +47 62593001
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Hedmarken og Østerdal tingrett
Registration number : 935364892
Town : Hamar
Postcode : 2326
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : bf23f63a-e3aa-48d0-9ef2-0c71d371b110 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/10/2025 13:08 +00:00
Notice dispatch date (eSender) : 06/10/2025 14:11 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00659386-2025
OJ S issue number : 193/2025
Publication date : 08/10/2025