Framework agreement W&S - materials (pipe parts, street goods and concrete material)

The objective of the procurement is to enter into a framework agreement for the purchase of water and sewage materials and equipment, including pipe parts, street goods and concrete materials. The products shall be used for municipal engineering operations, maintenance and renovation, as well as minor new installations that are …

CPV: 44100000 Materiales de construcción y elementos afines, 44110000 Materiales de construcción, 44114000 Hormigón, 44114200 Productos de hormigón, 44114220 Tuberías y accesorios de hormigón, 44130000 Colectores, 44160000 Conducciones, canalizaciones, tuberías de revestimiento, tubos y artículos conexos, 44162000 Canalizaciones, 44162100 Suministros para canalizaciones, 44162500 Canalización de agua potable, 44163000 Tuberías y accesorios, 44163200 Accesorios para tubería, 44163230 Racores para tuberías, 44423700 Elementos para registros, 44423730 Marcos protectores de registros, 44423740 Tapas de registro, 44423790 Escalones de horquilla de registros
Plazo:
10 de marzo de 2025 a las 11:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement W&S - materials (pipe parts, street goods and concrete material)
Organismo adjudicador:
Vennesla Kommune
Número de premio:
25/00303

1. Buyer

1.1 Buyer

Official name : Vennesla 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 W&S - materials (pipe parts, street goods and concrete material)
Description : The objective of the procurement is to enter into a framework agreement for the purchase of water and sewage materials and equipment, including pipe parts, street goods and concrete materials. The products shall be used for municipal engineering operations, maintenance and renovation, as well as minor new installations that are carried out by the contracting authority. The framework agreement is divided into two sub-contracts: 1. Water and sewage materials - pipe fittings and street goods 2. Concrete materials
Procedure identifier : 65312dea-6b3d-4d5b-8ca3-2696355d595b
Internal identifier : 25/00303
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 : Supplies
Main classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44110000 Construction materials
Additional classification ( cpv ): 44114000 Concrete
Additional classification ( cpv ): 44114200 Concrete products
Additional classification ( cpv ): 44114220 Concrete pipes and fittings
Additional classification ( cpv ): 44130000 Sewer mains
Additional classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 44162000 Piping
Additional classification ( cpv ): 44162100 Piping supplies
Additional classification ( cpv ): 44162500 Drinking-water piping
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 44163200 Pipe fittings
Additional classification ( cpv ): 44163230 Pipe connectors
Additional classification ( cpv ): 44423700 Manhole elements
Additional classification ( cpv ): 44423730 Manhole frames
Additional classification ( cpv ): 44423740 Manhole covers
Additional classification ( cpv ): 44423790 Manhole step irons

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 25 000 000 Norwegian krone
Maximum value of the framework agreement : 25 000 000 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-0001

Title : Framework agreement W&S - materials (pipe parts, street goods and concrete material)
Description : The objective of the procurement is to enter into a framework agreement for the purchase of water and sewage materials and equipment, including pipe parts, street goods and concrete materials. The products shall be used for municipal engineering operations, maintenance and renovation, as well as minor new installations that are carried out by the contracting authority. The framework agreement is divided into two sub-contracts: 1. Water and sewage materials - pipe fittings and street goods 2. Concrete materials
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44110000 Construction materials
Additional classification ( cpv ): 44114000 Concrete
Additional classification ( cpv ): 44114200 Concrete products
Additional classification ( cpv ): 44114220 Concrete pipes and fittings
Additional classification ( cpv ): 44130000 Sewer mains
Additional classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 44162000 Piping
Additional classification ( cpv ): 44162100 Piping supplies
Additional classification ( cpv ): 44162500 Drinking-water piping
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 44163200 Pipe fittings
Additional classification ( cpv ): 44163230 Pipe connectors
Additional classification ( cpv ): 44423700 Manhole elements
Additional classification ( cpv ): 44423730 Manhole frames
Additional classification ( cpv ): 44423740 Manhole covers
Additional classification ( cpv ): 44423790 Manhole step irons

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Framework agreement for 2 years, with an option for 1+1 year. Total maximum 4 years.

5.1.5 Value

Estimated value excluding VAT : 25 000 000 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 : Economic and financial capacity to be able to fulfil the contract.
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation: • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.
Use of this criterion : Used
Criterion :
Type : Other
Name : Registration
Description : Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established. • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification 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 : Suitability to pursue the professional activity
Name : Tax Certificate
Description : The chosen tenderer shall present a VAT certificate and a tax certificate upon request. This only applies if the chosen tenderer is Norwegian. The tax certificate must not be older than six months calculated from the deadline for submitting a request for participation in the competition or a tender.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience from comparable contracts
Description : Description of up to 3 of the tenderer's most relevant contracts in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. If a tenderer cannot refer to a minimum of three relevant deliveries in the last 3 years, documentation of relevant deliveries older than 3 years will be considered, but not older than five years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality management system
Description : An account of the tenderer ́s quality assurance system/quality management system, as well as a copy of the table of contents. The account shall be maximum 2 A4 ider. If a tenderer is certified in accordance with ISO 9001 or an equivalent certification scheme, it will be sufficient to fulfil the requirement.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management system
Description : A description of the tenderer's environmental management measures. If a tenderer is certified in accordance with ISO 14001, EMAS or Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate provided that the environmental management measures are covered by the certification scheme.
Use of this criterion : Used

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 10/03/2025 11:00 +00:00
Information about public opening :
Opening date : 10/03/2025 11:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
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

5.1 Lot technical ID : LOT-0002

Title : 1. Water and sewage materials - pipe fittings and street goods (1)
Description : The objective of the procurement is to enter into a framework agreement for the purchase of water and sewage materials and equipment, including pipe parts, street goods and concrete materials. The products shall be used for municipal engineering operations, maintenance and renovation, as well as minor new installations that are carried out by the contracting authority. The framework agreement is divided into two sub-contracts: 1. Water and sewage materials - pipe fittings and street goods 2. Concrete materials
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44110000 Construction materials
Additional classification ( cpv ): 44114000 Concrete
Additional classification ( cpv ): 44114200 Concrete products
Additional classification ( cpv ): 44114220 Concrete pipes and fittings
Additional classification ( cpv ): 44130000 Sewer mains
Additional classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 44162000 Piping
Additional classification ( cpv ): 44162100 Piping supplies
Additional classification ( cpv ): 44162500 Drinking-water piping
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 44163200 Pipe fittings
Additional classification ( cpv ): 44163230 Pipe connectors
Additional classification ( cpv ): 44423700 Manhole elements
Additional classification ( cpv ): 44423730 Manhole frames
Additional classification ( cpv ): 44423740 Manhole covers
Additional classification ( cpv ): 44423790 Manhole step irons

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Framework agreement for 2 years, with an option for an extension for 1+1 year. Total maximum 4 years.

5.1.5 Value

Estimated value excluding VAT : 25 000 000 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 : Economic and financial capacity to be able to fulfil the contract.
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation: • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.
Use of this criterion : Used
Criterion :
Type : Other
Name : Registration
Description : Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established. Documentation: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification 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 : Suitability to pursue the professional activity
Name : Tax Certificate
Description : The chosen tenderer shall present a VAT certificate and a tax certificate upon request. This only applies if the chosen tenderer is Norwegian. The tax certificate must not be older than six months calculated from the deadline for submitting a request for participation in the competition or a tender.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience from comparable contracts
Description : Description of up to 3 of the tenderer's most relevant contracts in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. If a tenderer cannot refer to a minimum of three relevant deliveries in the last 3 years, documentation of relevant deliveries older than 3 years will be considered, but not older than five years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality management system
Description : An account of the tenderer ́s quality assurance system/quality management system, as well as a copy of the table of contents. The account shall be maximum 2 A4 ider. If a tenderer is certified in accordance with ISO 9001 or an equivalent certification scheme, it will be sufficient to fulfil the requirement.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management system
Description : A description of the tenderer's environmental management measures. If a tenderer is certified in accordance with ISO 14001, EMAS or Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate provided that the environmental management measures are covered by the certification scheme.
Use of this criterion : Used

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 10/03/2025 11:00 +00:00
Information about public opening :
Opening date : 10/03/2025 11:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
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

5.1 Lot technical ID : LOT-0003

Title : 2. Concrete materials (1)
Description : The objective of the procurement is to enter into a framework agreement for the purchase of water and sewage materials and equipment, including pipe parts, street goods and concrete materials. The products shall be used for municipal engineering operations, maintenance and renovation, as well as minor new installations that are carried out by the contracting authority. The framework agreement is divided into two sub-contracts: 1. Water and sewage materials - pipe fittings and street goods 2. Concrete materials
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44110000 Construction materials
Additional classification ( cpv ): 44114000 Concrete
Additional classification ( cpv ): 44114200 Concrete products
Additional classification ( cpv ): 44114220 Concrete pipes and fittings
Additional classification ( cpv ): 44130000 Sewer mains
Additional classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 44162000 Piping
Additional classification ( cpv ): 44162100 Piping supplies
Additional classification ( cpv ): 44162500 Drinking-water piping
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 44163200 Pipe fittings
Additional classification ( cpv ): 44163230 Pipe connectors
Additional classification ( cpv ): 44423700 Manhole elements
Additional classification ( cpv ): 44423730 Manhole frames
Additional classification ( cpv ): 44423740 Manhole covers
Additional classification ( cpv ): 44423790 Manhole step irons

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Framework agreement for 2 years, with an option for an extension for 1+1 year. Total maximum 4 years.

5.1.5 Value

Estimated value excluding VAT : 25 000 000 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 : Economic and financial capacity to be able to fulfil the contract.
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation: • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.
Use of this criterion : Used
Criterion :
Type : Other
Name : Registration
Description : Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established. Documentation: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification 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 : Suitability to pursue the professional activity
Name : Tax Certificate
Description : The chosen tenderer shall present a VAT certificate and a tax certificate upon request. This only applies if the chosen tenderer is Norwegian. The tax certificate must not be older than six months calculated from the deadline for submitting a request for participation in the competition or a tender.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience from comparable contracts
Description : Description of up to 3 of the tenderer's most relevant contracts in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. If a tenderer cannot refer to a minimum of three relevant deliveries in the last 3 years, documentation of relevant deliveries older than 3 years will be considered, but not older than five years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality management system
Description : An account of the tenderer ́s quality assurance system/quality management system, as well as a copy of the table of contents. The account shall be maximum 2 A4 ider. If a tenderer is certified in accordance with ISO 9001 or an equivalent certification scheme, it will be sufficient to fulfil the requirement.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management system
Description : A description of the tenderer's environmental management measures. If a tenderer is certified in accordance with ISO 14001, EMAS or Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate provided that the environmental management measures are covered by the certification scheme.
Use of this criterion : Used

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 10/03/2025 11:00 +00:00
Information about public opening :
Opening date : 10/03/2025 11:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
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 : Vennesla Kommune
Registration number : 936846777
Department : Vennesla Kommune
Postal address : Postboks 25
Town : Vennesla
Postcode : 4701
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Linn Braaten.
Telephone : +47 46921731
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926723480
Postal address : Postboks 63
Town : Kristiansand
Postcode : 4661
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Agder Tingrett
Telephone : +47 38176300
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 6b9c4442-f716-4585-bfa9-da401f98b829-01
Main reason for change : Buyer correction
Description : Errors were discovered in the price form, annex 1.1 Requirements and Price form water and sewage materials, street goods, which have been corrected.

11. Notice information

11.1 Notice information

Notice identifier/version : a5982786-4e98-49cc-ae5e-b1e611d52b17 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/02/2025 14:25 +00:00
Notice dispatch date (eSender) : 14/02/2025 14:39 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00108162-2025
OJ S issue number : 34/2025
Publication date : 18/02/2025