Framework agreement trade services: Plumbers (new notice).

This is a competition for parallel framework agreements with up to 5 tenderers for trade services and the procurement of goods/materials for the execution of work for the Contracting Authority within plumbing. This is a competition for parallel framework agreements with up to 5 tenderers for trade services and the …

CPV: 45330000 Строителни и монтажни работи на тръбопроводни инсталации, 31160000 Части за електрически двигатели, генератори и трансформатори, 31161200 Системи за охлаждане на газ, 31161800 Части за газгенератори, 31300000 Изолирани жици и кабели, 31310000 Електрически мрежи, 39350000 Оборудване за канализационна и отводнителна мрежа, 42122130 Водни помпи, 42123000 Компресори, 42124300 Части за въздушни или вакуумни помпи, въздушни или газови компресори, 42500000 Оборудване за охлаждане и вентилиране, 42510000 Топлообменници, оборудване за климатизиране и охлаждане и оборудване за филтриране, 42511110 Термопомпи, 42520000 Оборудване за вентилация, 42530000 Части за оборудване за охлаждане и замразяване и термопомпи, 42533000 Части за термопомпи, 44111500 Изолатори и изолационни принадлежности, 44115200 Оборудване за водопроводни и отоплителни инсталации, 44115500 Системи за пулверизиране на вода, 44160000 Нефтопроводи, тръбопроводни системи, тръбопроводи, изолация на тръбопроводи, тръбни инсталации и свързани с тях изделия, 44163000 Тръбопроводи и принадлежности, 45000000 Строителни и монтажни работи, 45231220 Строителни и монтажни работи по общо изграждане на преносни газопроводи, 45231300 Строителни и монтажни работи по общо изграждане на преносни водопроводи и канализация, 45231500 Строителни и монтажни работи по общо изграждане на тръбопроводи за пренос на сгъстен въздух, 45232000 Спомагателни съоръжения към преносните и разпределителните тръбопроводи, 45232142 Строителни и монтажни работи по общо изграждане на топлообменни станции, 45331230 Строителни и монтажни работи на охладителни инсталации, 45332000 Строителни и монтажни работи на водоснабдителни и канализационни инсталации, 45343230 Работи по инсталиране на водоразпръскващи системи, 50514300 Услуги по ремонт на защитно покритие на метални резервоари, 50730000 Услуги по ремонт и поддържане на хладилни съоръжения, 76480000 Услуги по обсаждане на сондажни кладенци
Краен срок:
Май 16, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Framework agreement trade services: Plumbers (new notice).
Издаващ орган:
KRISTIANSAND KOMMUNE
Номер на наградата:
2025009327

1. Buyer

1.1 Buyer

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

1.1 Buyer

Official name : AVFALL SØR AS
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : AVFALL SØR HOLDING AS
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : KRISTIANSAND KIRKELIG FELLESRÅD
Legal type of the buyer : Central government authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : KRISTIANSAND HAVN IKS
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : KRISTIANSAND HAVN KF
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement trade services: Plumbers (new notice).
Description : This is a competition for parallel framework agreements with up to 5 tenderers for trade services and the procurement of goods/materials for the execution of work for the Contracting Authority within plumbing.
Procedure identifier : de4a5324-d5f5-46a1-b25c-b0587c414e83
Internal identifier : 2025009327
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority would like to enter into a framework agreement with up to 5 tenderers for trade services and the procurement of goods/materials for the execution of work within plumbing. Tenderers will be ranked in accordance with the award criteria in the current competition. See Annex 01 for information on how call-offs on this framework agreement will be made. The contracting authority shall be able to order works, maintenance and service, as well as goods/materials, which are defined in the building parts table. For information on which products/materials can be ordered under this framework agreement, see Annex 02. Below are examples of work that the contracting authority mainly expects to order under this framework agreement. As stated in the above, this is not an exhaustive list. Installation of water and sewage pipes Assembly of plumbing network, equipment and fittings in sanitary installations Adjustment of circulation systems Assembly of installations such as gas installations, pressurised air installations, ice water installations and legionella protection installations Work with pump systems, heating systems, shunter, fire cupboard etc. Both dry, wet and glycol circuits It can be particularly noted that it is expected that heat pumps will be purchased under this framework agreement when needed. It is emphasized that the above is not indicative of the qualifications that the tenderer must have, but shall only provide guidelines for wha the Contracting Authority shall be able to order under this framework agreement.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 31160000 Parts of electric motors, generators and transformers
Additional classification ( cpv ): 31161200 Gas cooling systems
Additional classification ( cpv ): 31161800 Parts of gas generators
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31310000 Mains
Additional classification ( cpv ): 39350000 Sewerage works equipment
Additional classification ( cpv ): 42122130 Water pumps
Additional classification ( cpv ): 42123000 Compressors
Additional classification ( cpv ): 42124300 Parts of air or vacuum pumps, of air or gas compressors
Additional classification ( cpv ): 42500000 Cooling and ventilation equipment
Additional classification ( cpv ): 42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
Additional classification ( cpv ): 42511110 Heat pumps
Additional classification ( cpv ): 42520000 Ventilation equipment
Additional classification ( cpv ): 42530000 Parts of refrigerating and freezing equipment and heat pumps
Additional classification ( cpv ): 42533000 Parts of heat pumps
Additional classification ( cpv ): 44111500 Insulators and insulating fittings
Additional classification ( cpv ): 44115200 Plumbing and heating materials
Additional classification ( cpv ): 44115500 Sprinkler systems
Additional classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45231220 Construction work for gas pipelines
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45231500 Compressed-air pipeline work
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45232142 Heat-transfer station construction work
Additional classification ( cpv ): 45331230 Installation work of cooling equipment
Additional classification ( cpv ): 45332000 Plumbing and drain-laying work
Additional classification ( cpv ): 45343230 Sprinkler systems installation work
Additional classification ( cpv ): 50514300 Sleeving repair services
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 76480000 Tubing services

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.3 Value

Maximum value of the framework agreement : 500 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

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.
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)
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 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).
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?
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement trade services: Plumbers (new notice).
Description : This is a competition for parallel framework agreements with up to 5 tenderers for trade services and the procurement of goods/materials for the execution of work for the Contracting Authority within plumbing.
Internal identifier : 2025009327

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 31160000 Parts of electric motors, generators and transformers
Additional classification ( cpv ): 31161200 Gas cooling systems
Additional classification ( cpv ): 31161800 Parts of gas generators
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31310000 Mains
Additional classification ( cpv ): 39350000 Sewerage works equipment
Additional classification ( cpv ): 42122130 Water pumps
Additional classification ( cpv ): 42123000 Compressors
Additional classification ( cpv ): 42124300 Parts of air or vacuum pumps, of air or gas compressors
Additional classification ( cpv ): 42500000 Cooling and ventilation equipment
Additional classification ( cpv ): 42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
Additional classification ( cpv ): 42511110 Heat pumps
Additional classification ( cpv ): 42520000 Ventilation equipment
Additional classification ( cpv ): 42530000 Parts of refrigerating and freezing equipment and heat pumps
Additional classification ( cpv ): 42533000 Parts of heat pumps
Additional classification ( cpv ): 44111500 Insulators and insulating fittings
Additional classification ( cpv ): 44115200 Plumbing and heating materials
Additional classification ( cpv ): 44115500 Sprinkler systems
Additional classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45231220 Construction work for gas pipelines
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45231500 Compressed-air pipeline work
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45232142 Heat-transfer station construction work
Additional classification ( cpv ): 45331230 Installation work of cooling equipment
Additional classification ( cpv ): 45332000 Plumbing and drain-laying work
Additional classification ( cpv ): 45343230 Sprinkler systems installation work
Additional classification ( cpv ): 50514300 Sleeving repair services
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 76480000 Tubing services
Options :
Description of the options : The contract will be valid for one year, with an option for the contracting authority to extend the contract for one + one + one year.

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 3
The buyer reserves the right for additional purchases from the contractor, as described here : The contract will be valid for one year, with an option for the contracting authority to extend the contract for one + one + one year.

5.1.5 Value

Maximum value of the framework agreement : 500 000 000 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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Quality management system/quality assurance system.
Description : Requirement: Tenderers are required to have a good and well-functioning quality management system/quality assurance system that is relevant for the content of the framework agreement. Documented by: Description of the Tenderer's quality management system/quality assurance system. If a tenderer is certified in accordance with ISO 9001 or equivalent certification schemes, it will be sufficient to fulfil the requirement. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental management system
Description : Requirement: Tenderers are required to have a good and well-functioning environmental management system to ensure that the service is carried out in an environmentally correct manner that is relevant for the content of the framework agreement. Documented by: A description of the Tenderer's environment policy and routines/systems for following-up the environment. If a tenderer is certified in accordance with ISO 14001, Miljøfyrtårnet or equivalent certification schemes, it will be sufficient to fulfil the requirement. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration
Description : Requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation: Norwegian companies shall enclose a Company Registration Certificate. Foreign companies shall enclose proof that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for building and construction works:
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For public building and construction work, technical personnel or units that shall carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Experience
Description : Requirement: The tenderer shall have sufficient experience from comparable assignments. As a minimum, tenderers are required to have experience with plumbing assignments in public purpose-built buildings or comparable buildings. It is not necessary that the assignments have been carried out in connection with a framework agreement. Documentation: Description of the tenderer's most important assignments with the most transferable value in the last five (5) years. The description must include a statement of the contracting authority, name of reference at the contracting authority with a statement of telephone number and email address, name of the assignment, the assignment ́s value/project cost/contract value of the tenderer and the relevance of the assignment as seen in connection with what is stated in this qualification requirement. The contracting authority reserves the right to contact the references in order to verify these. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Liability
Description : Requirement: The tenderer shall be able to declare the right to be responsible in accordance with the Planning and Building Act with the accompanying regulations in development class 2 for designers within the disciplines "Sanitary installations" and "Heating and cooling installations", and for executors within the disciplines "Sanitary installations", "Heating and refrigeration installations" and "Extinguishing installations". Documentation: Proof of certification for central certification from the Directorate of Building Quality or other documentation that shows that the tenderer has the necessary qualifications to fulfil the requirement. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Capacity
Description : Requirement: Tenderers are required to have the capacity to carry out assignments under this framework agreement. Documentation: A description of the Tenderer's average annual workforce during the last three (3) years. If there are special reasons (e.g. that the Tenderer is a newly started company, lay-offs/redundancies under the coronary pandemic etc.), the qualification requirement can be documented fulfilled by stating the number of employees at the time of the tender deadline. See Annex 10 - Capacity for further information, and this annex should also be filled in. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Commitment Statement
Description : Requirement: If a tenderer refers to documentation from sub-suppliers to document fulfilment of the requirements for technical and professional qualifications, in addition to the documentation that the qualification requirement is fulfilled, a commitment statement, or other documentation, shall be enclosed from the sub-suppliers demonstrating that the tenderer can use the offered resources. Please note that if the Tenderer relies on other organisations to fulfil the requirements for technical and professional qualifications, these entities shall carry out the work that requires such qualifications. Documentation: A signed commitment statement from the relevant sub-supplier(s), or other documentation from the sub-suppliers that shows that the Tenderer can use the offered resources. Annex 13 - Commitment Statement can be used if relevant. Please note that organisations that the tenderer will use shall submit separate and signed self-declaration forms (ESPD). Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 05/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254791746.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Danish, Norwegian, Swedish
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 16/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 109 Day
Information about public opening :
Opening date : 16/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : AGDER TINGRETT

8. Organisations

8.1 ORG-0001

Official name : KRISTIANSAND KOMMUNE
Registration number : 820852982
Postal address : Postboks 1044
Town : SØGNE
Postcode : 4682
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Irma Cembic
Telephone : 38 07 50 00
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : AVFALL SØR AS
Registration number : 995 646 137
Town : KRISTIANSAND
Country : Norway
Telephone : 38 17 70 70
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : AVFALL SØR HOLDING AS
Registration number : 986 296 042
Town : KRISTIANSAND
Country : Norway
Telephone : 38 17 70 70
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : KRISTIANSAND KIRKELIG FELLESRÅD
Registration number : 876 992 612
Town : KRISTIANSAND
Country : Norway
Telephone : 38 19 68 00
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : KRISTIANSAND HAVN IKS
Registration number : 926 180 711
Town : KRISTIANSAND
Country : Norway
Telephone : 38 00 60 00
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : KRISTIANSAND HAVN KF
Registration number : 963 897 642
Town : KRISTIANSAND
Country : Norway
Telephone : 38 00 60 00
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : AGDER TINGRETT
Registration number : 926 723 480
Town : KRISTIANSAND
Country : Norway
Telephone : 38 17 63 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : ae77f146-1a36-4c92-80ca-d30ec35384fe - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/04/2025 12:35 +00:00
Notice dispatch date (eSender) : 14/04/2025 13:51 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00246797-2025
OJ S issue number : 75/2025
Publication date : 16/04/2025