Co-procurement contract for plumbing services

Oslo municipality shall enter into a new joint procurement agreement for plumbing services. This is a prior information notice. This notice is only meant as information to the market and there is, therefore, no need for tenderers to undertake any action at the present time. The competition will be held …

CPV: 45231113 Trabajos de reinstalación de tuberías, 45330000 Trabajos de fontanería, 50700000 Servicios de reparación y mantenimiento de equipos de edificios, 71321300 Servicios de consultoría en fontanería, 76480000 Servicios de entubado
Lugar de ejecución:
Co-procurement contract for plumbing services
Organismo adjudicador:
Oslo kommune v/ Utviklings- og kompetanseetaten
Número de premio:
24/2170

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
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 : Co-procurement contract for plumbing services
Description : Oslo municipality shall enter into a new joint procurement agreement for plumbing services. This is a prior information notice. This notice is only meant as information to the market and there is, therefore, no need for tenderers to undertake any action at the present time. The competition will be held as a restricted tender contest in autumn 2024.
Internal identifier : 24/2170
Type of procedure : Restricted
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 76480000 Tubing services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )

2.1.3 Value

Estimated value excluding VAT : 120 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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, at the enforceable verdict 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?<p>Corruption as defined in Article 3 of the convention on corruption, involving servicemen in the European Communities or in 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.</p>
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.
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 legally enforceable verdict been convicted of participation in a criminal organisation by a verdict handed down not more than five years ago, or a rejection period set out directly in the judgement that still applies?<p> Participation in a criminal organisation as defined in Article 2 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)</p>
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 of a legal verdict been convicted of money laundering or financing terrorism by a judgement handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?<p>Wedding money or financing terrorismAs a rejection period determined directly in the judgement that still applies?<p>White money or financing terrorism. 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).</p>
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 legally enforceable verdict 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?<p>Speed as discussed in Article 1 of the convention on protection of the European Communities' financial interests (EFT C 316 of 27.11.1995, p. 48).</p>
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, at a legally enforceable verdict been convicted of child labour and other forms of human trafficking by a judgement handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies?<p>Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?<p>Barneworks and other forms of human trafficking as defined in the judgement that still applies?<p>Barneworks and other forms of human trafficking as defined in the judgement that still applies?<p>Barnearbeid and other forms of human trafficking as defined as defined in the judgement that still applies?<p>Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?<p>Barneworks and other forms of human trafficking as defined in the judgement that still applies?<p>Barnearbeid as well as other forms of human trafficking as defined as defined in the judgement?<p article 2 of the European Parliament and the Council ́s directive 2011/36/EU of 5. 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).</p>
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.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : If the tenderer: <p>a) has given grossly incorrect information when notifying the information required to check that there is no basis for rejection, or that the qualification requirements are fulfilled, </p><p>b) failed to provide such information, </p><p>c) subject to immediately submitting the supporting documents that the contracting authority requests. or</p><p>d) improperly affected the contracting authority's decision making process in order to acquire confidential information that may give this an unlawful advantage in connection with the competition, or negligently has given misleading information that could have a significant influence on decisions on rejection, selection or award?</p>
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?
Guilty of 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.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 activity by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?<p> Terrorist acts or punishable acts of terrorism. acts relating to terrorist activity as defined in Articles 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.</p>

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Co-procurement contract for plumbing services
Description : Oslo municipality shall enter into a new joint procurement agreement for plumbing services. This is a prior information notice. This notice is only meant as information to the market and there is, therefore, no need for tenderers to undertake any action at the present time. The competition will be held as a restricted tender contest in autumn 2024.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 71321300 Plumbing consultancy services
Additional classification ( cpv ): 76480000 Tubing services
Options :
Description of the options : The contract will be valid for two years, with an option for the Contracting Authority for a further two years (1+1) on unchanged terms.

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 120 000 000 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) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not yet known
Criterion :
Type : Technical and professional ability
Use of this criterion : Not yet known

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of requests to participate : 25/10/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

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 : Oslo Tingrett
Organisation providing additional information about the procurement procedure : Oslo kommune v/ Utviklings- og kompetanseetaten

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
Registration number : 971183675
Department : Innkjøpstjenester
Postal address : Grensesvingen 6
Town : Oslo
Postcode : 0663
Country : Norway
Contact point : Vinushiha Garithas
Telephone : +47 21802180
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : C. J. Hambros plass 4
Town : Oslo
Postcode : 0164
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 1916ae4f-6324-4ae9-823d-9b5728156c34 - 01
Form type : Planning
Notice type : Prior information notice or a periodic indicative notice used to shorten time limits for receipt of tenders
Notice dispatch date : 04/07/2024 10:57 +00:00
Notice dispatch date (eSender) : 04/07/2024 11:27 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00400731-2024
OJ S issue number : 130/2024
Publication date : 05/07/2024