Framework agreement for HVAC and sanitation and plumbing services Sigdal municipality.

The procurement is for an agreement for the delivery of HVAC and sanitation and plumbing work. The intention is to enter into parallel framework agreements with up to 2 tenderers. The estimated annual procurements is based on previous history and based on a judgemental estimate. The estimate must not be …

CPV: 45000000 Anläggningsarbete, 45252126 Byggnation av reningsanläggning för dricksvatten, 45252127 Byggnation av avloppsreningsverk, 45259000 Reparation och underhåll av anläggningar, 45300000 Byggnadsinstallationsarbeten, 45330000 Rörmokeriarbeten, 50000000 Reparation och underhåll, 50411100 Reparation och underhåll av vattenmätare, 50531100 Reparation och underhåll av varmvattenberedare, 51000000 Installation (utom programvara)
Sista ansökningsdag:
30 juni 2025 10:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Framework agreement for HVAC and sanitation and plumbing services Sigdal municipality.
Plats för tilldelning:
Sigdal kommune
Tilldelningsnummer:
672

1. Buyer

1.1 Buyer

Official name : Sigdal 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 : Framework agreement for HVAC and sanitation and plumbing services Sigdal municipality.
Description : The procurement is for an agreement for the delivery of HVAC and sanitation and plumbing work. The intention is to enter into parallel framework agreements with up to 2 tenderers.  The estimated annual procurements is based on previous history and based on a judgemental estimate. The estimate must not be seen as binding for procurements under the framework agreement. The procurement of HVAC and plumbing work will vary from year to year in accordance with the contracting authority ́s needs.  The contracting authority reserves the right to publish a separate competition for major building and construction projects.  Due to a sudden demise of an existing framework agreement partner due to death, there is an acute need to enter into a new contract for operational critical services. The conditions for accelerated procedure in accordance with the Public Procurement Regulations § 20-3 (5) are thus met.
Procedure identifier : 4a9f4c26-de81-4724-826d-03c2b4d36e32
Internal identifier : 672
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 : Works
Main classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45252126 Drinking-water treatment plant construction work
Additional classification ( cpv ): 45252127 Wastewater treatment plant construction work
Additional classification ( cpv ): 45259000 Repair and maintenance of plant
Additional classification ( cpv ): 50411100 Repair and maintenance services of water meters
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50531100 Repair and maintenance services of boilers
Additional classification ( cpv ): 51000000 Installation services (except software)

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone
Maximum value of the framework agreement : 6 000 000 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
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
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?
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.
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).
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).
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).
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Is the tenderer 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?
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.
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 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.
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?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
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.
Offence concerning its professional conduct in the domain of defence procurement : 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the country : Is the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Framework agreement for HVAC and sanitation and plumbing services Sigdal municipality.
Description : The procurement is for an agreement for the delivery of HVAC and sanitation and plumbing work. The intention is to enter into parallel framework agreements with up to 2 tenderers.  The estimated annual procurements is based on previous history and based on a judgemental estimate. The estimate must not be seen as binding for procurements under the framework agreement. The procurement of HVAC and plumbing work will vary from year to year in accordance with the contracting authority ́s needs.  The contracting authority reserves the right to publish a separate competition for major building and construction projects.  Due to a sudden demise of an existing framework agreement partner due to death, there is an acute need to enter into a new contract for operational critical services. The conditions for accelerated procedure in accordance with the Public Procurement Regulations § 20-3 (5) are thus met.
Internal identifier : 846

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45252126 Drinking-water treatment plant construction work
Additional classification ( cpv ): 45252127 Wastewater treatment plant construction work
Additional classification ( cpv ): 45259000 Repair and maintenance of plant
Additional classification ( cpv ): 50411100 Repair and maintenance services of water meters
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50531100 Repair and maintenance services of boilers
Additional classification ( cpv ): 51000000 Installation services (except software)

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Two years. The contract can be extended for 1+1 year.

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Credit evaluation/rating, carried out by a publicly certified credit rating institution Bisnode or equivalent, shall confirm that the tenderer has a minimum of credit worthiness of A. Documentation requirements: Credit rating as described above.
Criterion : Other economic or financial requirements
Description : Tenderers shall submit a tax and VAT certificate. Documentation requirements: Certificate for paid tax and VAT.
Criterion : Relevant educational and professional qualifications
Description : All those who carry out work under the framework agreement shall as a minimum have a certificate of apprenticeship as a plumber. This does not apply to apprentices. Documentation requirements: A certificate of apprenticeship can be uploaded for the work team, see also the award criteria 3.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : A: Climate profile of service vehicles B: Choice of materials and waste management C: Environmental management system
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Price
Name :
Description : Price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name :
Description : A: Availability and response time for rush assignment B: Qualifications and experience for fixed teams/personnel offered to the municipality C: Plan for quality assurance and communication with the contracting authority.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
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

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/672
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 105 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

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

Review organisation : Buskerud tingrett -
Organisation providing additional information about the procurement procedure : Sigdal kommune -
Organisation providing more information on the review procedures : Sigdal kommune -
Organisation receiving requests to participate : Artifik AS -

8. Organisations

8.1 ORG-0001

Official name : Sigdal kommune
Registration number : 964962766
Postal address : Borgestubakken 2
Town : PRESTFOSS
Postcode : 3350
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Ingrid Bakke
Telephone : +47 93629122
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826726342
Postal address : Postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 32211600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate
Notice information
Notice identifier/version : 46468c3c-6092-4ef4-ac0c-46a5facc3950 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/06/2025 18:37 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00384445-2025
OJ S issue number : 112/2025
Publication date : 13/06/2025