Framework agreement plumbing services

The aim of the procurement is that the framework agreement shall cover Bykle municipality ́s continuing need for trade services within plumbing work. The works will include a number of assignments of varying sizes and scope, including major renovations, replacement of old equipment and installations, as well as repairs and …

CPV: 45300000 Trabajos de instalación en edificios, 45330000 Trabajos de fontanería, 45332000 Trabajos de instalación sanitaria y de colocación de tuberías de desagüe, 50000000 Servicios de reparación y mantenimiento, 50514300 Servicios de reparación del revestimiento de los tubos de encamisado, 50700000 Servicios de reparación y mantenimiento de equipos de edificios
Plazo:
4 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement plumbing services
Organismo adjudicador:
Bykle kommune
Número de premio:
2024/361

1. Buyer

1.1 Buyer

Official name : Bykle kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Framework agreement plumbing services
Description : The aim of the procurement is that the framework agreement shall cover Bykle municipality ́s continuing need for trade services within plumbing work. The works will include a number of assignments of varying sizes and scope, including major renovations, replacement of old equipment and installations, as well as repairs and maintenance assignments on existing equipment and installations. Other services that naturally come under the discipline included in the framework agreement can be provided if there is a need in the contract period.
Procedure identifier : c69a7cb0-d032-49d4-96fa-4b2f6d524178
Internal identifier : 2024/361
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45332000 Plumbing and drain-laying work
Additional classification ( cpv ): 50514300 Sleeving repair services
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 7 000 000 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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
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-0000

Title : Framework agreement plumbing services
Description : The aim of the procurement is that the framework agreement shall cover Bykle municipality ́s continuing need for trade services within plumbing work. The works will include a number of assignments of varying sizes and scope, including major renovations, replacement of old equipment and installations, as well as repairs and maintenance assignments on existing equipment and installations. Other services that naturally come under the discipline included in the framework agreement can be provided if there is a need in the contract period.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45332000 Plumbing and drain-laying work
Additional classification ( cpv ): 50514300 Sleeving repair services
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement shall be signed for two years, with an option for the Contracting Authority to extend for a further one + one year.

5.1.5 Value

Estimated value excluding VAT : 7 000 000 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
Name : Requirement for economic and financial capacity.
Description : Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration. Documentation: Credit rating from a certified credit rating company based on on the last known accounting figures. The key figures in the accounts must be presented together with an assessment of the tenderer's payment experience.
Use of this criterion : Used
Criterion :
Type : Other
Name : Requirement for quality assurance measures.
Description : Quality assurance measures: Tenderers shall have good routines for quality management suited to the delivery ́s complexity, risk and targets. Documentation: A description of the tenderer's quality assurance methods. If the tenderer is certified in accordance with ISO 9001 or equivalent. quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registrations, authorisations, etc.
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: Company Registration Certificate, not older than six months. • Foreign companies: Proof that the company is registered in company register, professional register or a trade register in the country where the tenderer is is established
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience from similar assignments - reference projects
Description : Requirement: Tenderers shall have sufficient experience from implementation of comparable assignments that this contract applies to. Documentation: List with overview and description of the tenderer's most relevant assignments in the last 3 years. The list shall as a minimum contain • the name of the customer/contracting authority • Brief description of the delivery • date of the delivery. • contract value and extent • a gender neutral preferred for each delivery, as well as a telephone number and email address. Tenderers shall use the attached template, cf. Annex 5 Reference Form.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Delivery capacity and implementation ability
Description : Requirement: The tenderer shall have sufficient capacity and implementation ability to fulfil the contract. Tenderers are required to have a minimum of two trade years work. with a certificate of apprenticeship within plumbing. Documentation: The tenderer shall, as a minimum, present an overview of the tenderer's total manpower within the contract ́s discipline, including an overview of the number of man-labour years, the number of personnel with a certificate of apprenticeship within the relevant discipline and the competence of the individual resources who are available for work under the contract.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Award criterium description (Norwegian): Under this criteria, the tenderer ́s evaluation sum: - SUM Hourly rates - SUM Mark-up materials. - SUM Mark-up rental equipment - SUM Fee rush assignments
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Environment and climate
Description : Under this criteria: - Binding date for the use of work vehicles with zero emission technology. -Drive
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

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 : Not allowed
Deadline for receipt of tenders : 04/10/2024 10:00 +00:00
Information about public opening :
Opening date : 04/10/2024 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The contract will include requirements on wages and working conditions, documentation and sanctions in accordance with the regulation 8 February 2008 no. 112 on wages and working conditions in public contracts. The contract will include requirements on the use of apprentices within disciplines where there are particular need for teaching places in accordance with regulations 17 December 2016 no. 1708 on obligation to make requirements regarding the use of apprentices in public contracts, in particular §§ 6 and 7. The contract will require that tenderers comply with the ILO core conventions. The contracting authority will follow-up compliance throughout the contract period.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without 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 : Bykle kommune
Registration number : 958814968
Postal address : Sarvsvegen 14
Town : Bykle
Postcode : 4754
Country : Norway
Contact point : Agla Margrét Egilsdóttir
Telephone : +47 94875036
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder Tingrett
Registration number : 926 723 480
Town : Kristiansand S
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 38176300
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : b19ab782-8069-420b-8567-9c5a888ae09b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/08/2024 11:50 +00:00
Notice dispatch date (eSender) : 30/08/2024 12:02 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00524903-2024
OJ S issue number : 170/2024
Publication date : 02/09/2024