Service contract for replacing municipal water meters.

Inner Østfold municipality would like to enter into a contract with a plumbing company for the replacement of approx. 9,000 mechanical water meters currently installed in the municipality, planned to be carried out by the end of 2027. In order to allow smaller actors to participate in the competition, as …

CPV: 51000000 Servicios de instalación (excepto software)
Plazo:
30 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Service contract for replacing municipal water meters.
Organismo adjudicador:
Indre Østfold kommune
Número de premio:
24/6976

1. Buyer

1.1 Buyer

Official name : Indre Østfold kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Service contract for replacing municipal water meters.
Description : Inner Østfold municipality would like to enter into a contract with a plumbing company for the replacement of approx. 9,000 mechanical water meters currently installed in the municipality, planned to be carried out by the end of 2027. In order to allow smaller actors to participate in the competition, as well as spreading the municipality ́s risk for the replacement process, the competition consists of 6 sub-contracts. Tenderers can choose to submit a tender for one or more sub-contracts.
Procedure identifier : 840bc7f2-464e-4131-a026-294d19d3f19e
Internal identifier : 24/6976
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 : Services
Main classification ( cpv ): 51000000 Installation services (except software)

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Inner Østfold municipality

2.1.3 Value

Estimated value excluding VAT : 9 000 000 Norwegian krone
Maximum value of the framework agreement : 9 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.5 Terms of procurement

Terms of submission :
The tenderer must submit tenders for all lots

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 : Open tender contest
Description : Inner Østfold municipality would like to enter into a contract with a plumbing company for the replacement of approx. 9,000 mechanical water meters currently installed in the municipality, planned to be carried out by the end of 2027. In order to allow smaller actors to participate in the competition, as well as spreading the municipality ́s risk for the replacement process, the competition consists of 6 sub-contracts. Tenderers can choose to submit a tender for one or more sub-contracts.
Internal identifier : 24/6976

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Inner Østfold municipality

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 9 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Sufficient economic and financial capacity
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Documentation requirement: Credit rating that shows that the tenderer is at least credit worthy. The credit rating shall not be older than 3 months, it shall be issued by a credit information company with licence to conduct this service.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Tenderers shall have a good and functioning quality assurance system. It shall be a system that ensures and improves the quality of the tenderer ́s organisation and in service deliveries. The system shall include all the necessary procedures and processes necessary to achieve the planned quality. Documentation requirement: Certificates issued by independent bodies that document the tenderer's quality assurance system, or an account of the tenderer's quality assurance system, including a table of contents and the date of the last audit.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 24/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=29061

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 30/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 62 Day
Information about public opening :
Opening date : 30/09/2024 10:01 +00:00
Place : Askim
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 : See the tender documents
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : Not relevant

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 : Follo og Nordre Østfold tingrett
Organisation providing additional information about the procurement procedure : Indre Østfold kommune

5.1 Lot technical ID : LOT-0002

Title : Award criteria
Description : Here is an overview of the number of trades for each sub-contract: Sub-contract 1: approx. 1,315 water meter changes in Askim. Sub-contract 2: approx. 2,640 water meter exchanges in Eidsberg. Sub-contract 3: approx. 495 water meter changes in Hobøl Sub-contract 4: approx. 1,900 water meter exchanges in Spydeberg. Sub-contract 5: approx. 1,850 water meter changes in Trøgstad. All meters have a dimension primarily of 3/4", but less than 2". Sub-contract 6: approx. 800 water meter changes in business buildings all over the municipality, where meters have different dimensions, mainly smaller than 2" and except a few that are greater than 2".
Internal identifier : 24/6976

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Inner Østfold municipality

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

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 : Sufficient economic and financial capacity
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Documentation requirement: Credit rating that shows that the tenderer is at least credit worthy. The credit rating shall not be older than 3 months, it shall be issued by a credit information company with licence to conduct this service.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Tenderers shall have a good and functioning quality assurance system. It shall be a system that ensures and improves the quality of the tenderer ́s organisation and in service deliveries. The system shall include all the necessary procedures and processes necessary to achieve the planned quality. Documentation requirement: Certificates issued by independent bodies that document the tenderer's quality assurance system, or an account of the tenderer's quality assurance system, including a table of contents and the date of the last audit.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 24/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=29061

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 30/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 62 Day
Information about public opening :
Opening date : 30/09/2024 10:01 +00:00
Place : Askim
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 : See the tender documents.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the tender documents.

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 : Follo og Nordre Østfold tingrett
Organisation providing additional information about the procurement procedure : Indre Østfold kommune

8. Organisations

8.1 ORG-0001

Official name : Indre Østfold kommune
Registration number : 920123899
Department : Seksjon Anskaffelser
Postal address : Rådhusgata 22
Town : Askim
Postcode : 1830
Country : Norway
Contact point : Kristian Holm Espenes
Telephone : +47 69681000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Follo og Nordre Østfold tingrett
Registration number : 926 725 920
Postal address : Postboks 64
Town : Ski
Postcode : 1401
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 64 00 30 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 050f823f-5f84-41b6-aad1-cc512260036b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/08/2024 09:02 +00:00
Notice dispatch date (eSender) : 30/08/2024 09:15 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00523568-2024
OJ S issue number : 170/2024
Publication date : 02/09/2024