Framework agreement for contractor services

The aim of the procurement is to cover the contracting authority ́s ongoing need for such contractor services, both outdoor and indoor areas. The framework agreement includes services in connection with renovation, maintenance, renovation, modernisation, improvement and minor new installations, including materials used for the Contracting Authority's entities. The size …

CPV: 45000000 Trabajos de construcción, 45262520 Trabajos de albañilería, 45422000 Carpintería y ebanistería
Plazo:
1 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for contractor services
Organismo adjudicador:
Lillestrøm Kommune
Número de premio:
Lillestrøm-24/100

1. Buyer

1.1 Buyer

Official name : Lillestrøm Kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nittedal Eiendom KF
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 : Midtre Romerike avløpsselskap (MIRA)
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 : Nedre Romerike Vann- og avløpsselskap IKS
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 : Nedre Romerike Brann og Redning (NRBR)
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 contractor services
Description : The aim of the procurement is to cover the contracting authority ́s ongoing need for such contractor services, both outdoor and indoor areas. The framework agreement includes services in connection with renovation, maintenance, renovation, modernisation, improvement and minor new installations, including materials used for the Contracting Authority's entities. The size of the individual assignments can vary from very small assignments, to assignments above the national threshold value. The framework agreement includes contractor services for the following assignments: - Carpentry and joinery assignments Masonry Assignments - Painting assignments - Flashing and guttering assignments/roofing. Passive fire protection It may also be necessary for tenderers to join up with other disciplines, such as excavation services, electro and plumbing. This will be agreed in connection with the individual assignments. The tenderer shall also be able to carry out iron binding, form work, cleaning work, cardboard laying, masonry assignments, painting assignments, flashing and guttering assignments and minor concrete work in connection with the awarded assignments. Tenderers shall also be able to ensure spring cleaning in connection with completed assignments.
Procedure identifier : b0a25820-0457-49c5-8c26-0e822aa26429
Internal identifier : Lillestrøm-24/100
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 ): 45000000 Construction work
Additional classification ( cpv ): 45262520 Bricklaying work
Additional classification ( cpv ): 45422000 Carpentry installation work

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Lillestrøm municipality Nedre Romerike Midtre Romerike Øvre Romerike (Nittedal)

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

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, 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 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 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)
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 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 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 : 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 : 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 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-0001

Title : Procurement (2)
Description : Demand
Internal identifier : Lillestrøm-24/100

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 11/11/2024
Duration end date : 11/11/2026

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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 : The tenderer's economic and financial capacity
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : ESPD Form
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Foreign tenderers
Description : Declaration and documentation from sub-suppliers. Technical and professional qualifications Economic and financial position
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer's technical and professional qualifications
Description : - Experience and competence - reference projects. - Experience and competence - certificates - Quality management system. - Environmental management (outer environment)
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 12/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=29144

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
Deadline for receipt of tenders : 01/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 121 Day
Information about public opening :
Opening date : 01/10/2024 10:01 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 : Romerike og Glåmdal tingrett

5.1 Lot technical ID : LOT-0002

Title : Contractual requirements
Description : Requirements related to the contract.
Internal identifier : Lillestrøm-24/100

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 11/11/2024
Duration end date : 11/11/2026

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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 : The tenderer's economic and financial capacity
Description : Requirement: Tenderers shall have the financial and economic capacity the assignment requires. Documentation: Tenderers shall document this by presenting the company ́s last year ́s approved annual accounts and the auditor's report for the same year.  If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. When assessing the tenderer's financial and economic position, the contracting authority will itself obtain a credit rating from Dun & Bradstreet Norway A.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : ESPD Form
Description : The ESPD form is a self-declaration from the tenderer that there are no reasons for rejection and that the qualification requirements set in the competition are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Tenderers shall have fulfilled their tax and duty obligations. Documentation requirement: : Tenderers shall document this by submitting a tax certificate. The certificate must not be more than six months from the deadline for receipt of tenders.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Foreign tenderers
Description : Foreign tenderers must submit equivalent certificates from their own country that document that the company has its tax and duty payments in order. If the authorities in the relevant country do not issue such certificates, the tenderer must submit a declaration which confirms that all taxes and fees are paid. The declaration must be signed by the treasurer.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Requirement: Tenderers shall be legally established and registered in a company register or a commerce register in the member state where the tenderer is established. Documentation: Tenderers shall document this by presenting documentation that shows that the tenderer is registered in a professional register, trade register or other business register as prescribed by the law of the country where the tenderer is established, for example the Brønnøysund Register Centre.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Declaration and documentation from sub-suppliers.
Description : Tenderers can, if necessary, rely on other companies' capacity to fulfil the economic and financial capacity requirements or technical and professional qualifications stated below.  Technical and professional qualifications If a tenderer would like to rely on sub-suppliers to fulfil the requirements for technical and professional qualifications, the following points are allowed: Point 1.4.8.1: Experience and competence - references Point 1.4.8.2: Experience and competence - certificates If a tenderer uses sub-suppliers on any of the above mentioned points,: Sub-contractor ́s qualifications are documented in accordance with the documentation requirements stated in the table below. A signed declaration is to be enclosed with the tender (see part II, annex 4a) from each of the relevant sub-suppliers. Economic and financial position If a tenderer would like to rely on sub-suppliers to fulfil the requirements for economic and financial capacity, the following points are allowed:  Point 1.4.6: The tenderer's economic and financial position. Documentation If a tenderer would like to rely on sub-suppliers for any of the above listed points: The sub-suppliers shall fill in the ESPD form for sub-suppliers. The sub-provider ́s qualifications are documented in accordance with the documentation requirements stated in the table below. Tax certificate in accordance with point 1.4.4 below for the sub-suppliers, enclose the tender. A signed declaration is to be enclosed with the tender (see part II, annex 4b) from each of the relevant sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience and competence - reference projects
Description : Requirement: Tenderers shall have experience that is relevant for the framework agreement. Tenderers shall have experience from a minimum of 2 of the following types of assignments: deliveries of services to business or public buildings of at least NOK 100,000 excluding VAT. 500,000 carried out in the last three years. deliveries of services to the private and public sectors of at least NOK 100,000 excluding VAT. 200,000 carried out in the last three years. Documentation requirement: Tenderers shall document experience in all the areas listed above. Fulfilment of the qualification requirement is to be documented by filling in the contracting authority ́s template for reference projects annex 5. The description must include the form of contract, the assignment ́s value, date of completion and the contracting authority. The submitted reference project shall be completed, but it can be in trial operation. Tenderers can document their experience by referring to competence of personnel that they have at their disposal in their organisation or at associated suppliers, even if the experience has been worked up while the personnel have provided services for another service provider.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience and competence - certificates
Description : Requirement: Tenderers shall be able to refer to satisfactory execution in accordance with the contract, for the submitted reference projects in the above point. Documentation requirement: Tenderers shall document this by presenting certificates from the contracting authority for the reference projects.  The certificates should state whether the works have been professionally and properly executed. A gender neutral preferred must be provided. The contracting authority reserves the right to contact the reference persons.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Requirement: Tenderers shall have a quality management system suited to the content of the contract. If the tenderer is third party certified in accordance with ISO 9001 or equivalent certification schemes, it will be sufficient to fulfil the requirement. Documentation requirement: Tenderers shall document this by presenting a description of the quality assurance system, as well as a copy of the table of contents. The description must demonstrate that the system provides satisfactory quality assurance of the delivery/services that shall be provided. If a tenderer has ISO 9001 certification, it is sufficient to present a certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management (outer environment)
Description : Requirement: Tenderers shall have a satisfactory environmental management system suited to the content of the contract. If the tenderer is third party certified in accordance with ISO 14001 or equivalent certification schemes, it will be sufficient to fulfil the requirement. Documentation requirement:  Tenderers shall document this by presenting a description of their environmental management system, as well as a copy of the table of contents. The description must demonstrate that the system provides satisfactory management of the outer environment for the delivery/services that shall be provided, as well as compliance with public requirements and obligations connected to the outer environment. The description shall be on a maximum of 2 A4 pages, a copy of the table of contents will be added. If a tenderer has ISO 14001 certification, it is sufficient to submit a certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements for responsible business
Description : Requirement: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments for responsible businesses, cf. the contract document's point 5.1. This means that tenderers have implemented measures and systems that are used in the tenderer's work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption. Documentation requirement: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: Complete annex 6b - Reply form qualification requirements: Assessments of due diligence for responsible businesses.  Formal policy/guidelines that cover an obligation to comply with the requirements of responsible business. It should be noted that documentation of fulfilment of the qualification requirements on responsible business can be delivered in English.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 12/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=29144

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
Deadline for receipt of tenders : 01/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 121 Day
Information about public opening :
Opening date : 01/10/2024 10:01 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 : Romerike og Glåmdal tingrett

5.1 Lot technical ID : LOT-0003

Title : The competition description (1)
Description : The aim of the procurement is to cover the contracting authority ́s ongoing need for such contractor services. both outdoors and indoor areas. The framework agreement includes services in connection with renovation, maintenance, renovation, modernisation, improvement and minor new installations, including used materials to the Contracting Authority's entities. The size of the individual assignments may vary from very small assignments to assignments above the national threshold. The framework agreement includes contractor services for the following assignments: • Carpentry and joinery assignments • Masonry assignments • Painting assignments • Flashing and guttering assignments/roofing. Passive fire protection It may also be necessary for tenderers to join up with other disciplines, such as excavation services, Pages 1/12 electro and plumbing. This will be agreed in connection with the individual assignments. Tenderers shall also be able to carry out iron binding, form work, cleaning work, cardboard laying, masonry assignments, painting assignments, flashing and guttering assignments and minor concrete work in connection with awarded mission. Tenderers shall also be able to ensure spring cleaning in connection with completed assignments.
Internal identifier : Lillestrøm-24/100

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 11/11/2024
Duration end date : 11/11/2026

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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 : The tenderer's economic and financial capacity
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : ESPD Form
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Foreign tenderers
Description : - Declaration and documentation from sub-suppliers. Technical and professional qualifications. - Economic and financial position.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer's technical and professional qualifications
Description : - Experience and competence - reference projects. - Experience and competence - certificates - Quality management system. - Environmental management (outer environment)
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 12/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=29144

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
Deadline for receipt of tenders : 01/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 121 Day
Information about public opening :
Opening date : 01/10/2024 10:01 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 : Romerike og Glåmdal tingrett

5.1 Lot technical ID : LOT-0004

Title : Qualification requirement (6)
Description : Qualification Requirements
Internal identifier : Lillestrøm-24/100

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 11/11/2024
Duration end date : 11/11/2026

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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 : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 12/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=29144

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
Deadline for receipt of tenders : 01/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 121 Day
Information about public opening :
Opening date : 01/10/2024 10:01 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 : Romerike og Glåmdal tingrett

5.1 Lot technical ID : LOT-0005

Title : Award criteria (8)
Description : Award criteria
Internal identifier : Lillestrøm-24/100

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 11/11/2024
Duration end date : 11/11/2026

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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 : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 12/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=29144

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
Deadline for receipt of tenders : 01/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 121 Day
Information about public opening :
Opening date : 01/10/2024 10:01 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 : Romerike og Glåmdal tingrett

5.1 Lot technical ID : LOT-0006

Title : Annex (1)
Description : The aim of the procurement is to cover the contracting authority ́s ongoing need for such contractor services. both outdoors and indoor areas. The framework agreement includes services in connection with renovation, maintenance, renovation, modernisation, improvement and minor new installations, including used materials to the Contracting Authority's entities. The size of the individual assignments may vary from very small assignments to assignments above the national threshold. The framework agreement includes contractor services for the following assignments: • Carpentry and joinery assignments • Masonry assignments • Painting assignments • Flashing and guttering assignments/roofing. Passive fire protection It may also be necessary for tenderers to join up with other disciplines, such as excavation services, Pages 1/12 electro and plumbing. This will be agreed in connection with the individual assignments. Tenderers shall also be able to carry out iron binding, form work, cleaning work, cardboard laying, masonry assignments, painting assignments, flashing and guttering assignments and minor concrete work in connection with awarded mission. Tenderers shall also be able to ensure spring cleaning in connection with completed assignments.
Internal identifier : Lillestrøm-24/100

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 11/11/2024
Duration end date : 11/11/2026

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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 : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 12/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=29144

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
Deadline for receipt of tenders : 01/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 121 Day
Information about public opening :
Opening date : 01/10/2024 10:01 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 : Romerike og Glåmdal tingrett

5.1 Lot technical ID : LOT-0007

Title : Purchase
Description : Demand
Internal identifier : Lillestrøm-24/100

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 11/11/2024
Duration end date : 11/11/2026

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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 : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 12/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=29144

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
Deadline for receipt of tenders : 01/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 121 Day
Information about public opening :
Opening date : 01/10/2024 10:01 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 : Romerike og Glåmdal tingrett

5.1 Lot technical ID : LOT-0008

Title : Voucher
Description : Requirements connected to annexes/terms.
Internal identifier : Lillestrøm-24/100

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 11/11/2024
Duration end date : 11/11/2026

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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 : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : See the tender description (the tender documentation) point 1.4.1 to 1.4.8.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 12/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=29144

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
Deadline for receipt of tenders : 01/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 121 Day
Information about public opening :
Opening date : 01/10/2024 10:01 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 : Romerike og Glåmdal tingrett

8. Organisations

8.1 ORG-0001

Official name : Lillestrøm Kommune
Registration number : 820710592
Department : Innkjøp
Postal address : Jonas Lies gate 18
Town : Lillestrøm
Postcode : 2000
Country : Norway
Contact point : Ambrina Shaikh
Telephone : +47
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Romerike og Glåmdal tingrett
Registration number : 926 723 863
Postal address : Postboks 393
Town : Lillestrøm
Postcode : 2001
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 61 99 22 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Nittedal Eiendom KF
Registration number : 971643870
Town : Nittedal
Country : Norway
Telephone : 67 05 90 00
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Midtre Romerike avløpsselskap (MIRA)
Registration number : 911808005
Town : Lillestrøm
Country : Norway
Telephone : 66938000
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Nedre Romerike Vann- og avløpsselskap IKS
Registration number : 892110972
Town : Lillestrøm
Country : Norway
Telephone : 67 05 90 00
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Nedre Romerike Brann og Redning (NRBR)
Registration number : 976634438
Town : Lillestrøm
Country : Norway
Telephone : 66938000
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 8936c30e-0108-447f-b752-b97a56bc11ea - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/08/2024 20:22 +00:00
Notice dispatch date (eSender) : 30/08/2024 20:34 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00526148-2024
OJ S issue number : 171/2024
Publication date : 03/09/2024