Plumbing services (including sanitary equipment and parts) - Framework agreement - 2025

Sandefjord municipality shall enter into a framework agreement for plumbing services (including sanitary equipment and parts). Sandefjord municipality shall enter into a framework agreement for plumbing services (including sanitary equipment and parts).

CPV: 50700000 Serviços de reparação e manutenção de equipamento em edifícios, 45330000 Instalação de canalizações
Prazo:
23 de Abril de 2025 às 13:00
Tipo de prazo:
Submissão da oferta
Local de execução:
Plumbing services (including sanitary equipment and parts) - Framework agreement - 2025
Local de premiação:
Sandefjord Kommune
Número do prémio:
2025/11734

1. Buyer

1.1 Buyer

Official name : Sandefjord Kommune
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 : Plumbing services (including sanitary equipment and parts) - Framework agreement - 2025
Description : Sandefjord municipality shall enter into a framework agreement for plumbing services (including sanitary equipment and parts).
Procedure identifier : 0586265a-caa6-430f-aabe-9b196a075ad1
Internal identifier : 2025/11734
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Framework agreement for plumbing services and sanitary equipment and parts used in the execution of the service. The framework agreement is for maintenance of the municipality ́s tenancy flats, schools, buildings etc. Typical assignments will be in connection with: Sprinkler installations, pump manholes, main water posts, basins/fountains, diesel tanks, heating installations, underfloor heating installations, boilers, sanitary installations, grease traps, sand traps etc. that affect the discipline. The estimated annual value of the entire agreement is approx. The amount is encumbered with great uncertainty and the contracting authority gives no guarantees for the annual turnover. The turnover divided in the three groups can be estimated to be divided as follows: Group A NOK 1,000,000-Group B NOK 2,000,000-Group C NOK 5,000,000- The contracting authority will also carry out plumbing work itself, in such cases the municipality shall be able to make call-offs for only sanitary equipment and parts in the contract. Procurements for more than NOK 500,000 excluding VAT can be held outside the contract and announced as separate competitions. Shall be an option for a service agreement. (annual service)All call-offs on the agreement shall follow NS8406 When new buildings or major alterations are constructed, the contracting authority will prepare its own contracts. This framework agreement does not, therefore, apply in these cases.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 45330000 Plumbing and sanitary works

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 32 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -
Anskaffelsesforskriften -

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 : Plumbing services (including sanitary equipment and parts) - Framework agreement - 2025
Description : Sandefjord municipality shall enter into a framework agreement for plumbing services (including sanitary equipment and parts).
Internal identifier : 2025/11734

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 45330000 Plumbing and sanitary works

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 32 000 000 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 : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: The tenderer has sufficient financial ability to fulfil the contract. Documentation: • Presentation of the company's Annual Financial Statements (last annual report to the Brønnøysund Register Centre, including the auditor's report). The contracting authority reserves the right to also request provisional figures after the last annual report, as well as annual accounts for the previous two years if it is assessed that there is a need for it. • Recently established companies must submit a recent financial printout signed by the auditor. • Sole proprietorships must present the last business assignment for their activities.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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 : Not 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. Minimum qualification requirements: Norwegian companies: Company Registration Certificate from the Register of Business Enterprises Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Paid public fees
Description : Norwegian tenderers shall present a tax and VAT certificate that must not be older than 6 months calculated from the tender deadline. Tenderers must not have significant arrears. Any arrears must be founded separately.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. The tenderer shall have experience from equivalent contracts/assignments (as per implementation ability, scope, value and complexity). Documentation: Tenderers shall provide a list of the most important relevant deliveries in the last three years, including a description of the assignment (what they used to do), information on the contracting authority, value, date and the contracting authority's gender neutral preferred (name, telephone number and e-mail address). The contracting authority will also be able to emphasise their own experiences with the tenderer. References must be contactable if necessary. It is the tenderer ́s responsibility to document fulfilment of the qualification requirement through their description.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers are required to be certified for environmental management, in the form of EMAS, ISO 14001, or Miljøfyrtårn or other certified environmental management. It is the tenderer ́s responsibility to document that other certifications are equivalent.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to fulfil the contract: Minimum requirements for qualification requirements Tenderers shall have sufficient implementation ability and capacity. Documentation that the set requirements are met: An account of the manpower and the implements, machines, tools, materials or technical equipment that the tenderer can use for the execution of the contract/assignment.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity that the tenderer will use, cf. part II, section C, special ESPD forms shall be supplemented. Description of requirements/documentation: Professional qualifications – applies to all the product groups A, B and C: 1. Tenderers shall have Master certificates of plumbing 2. Tenderers shall be responsible for the work carried out in contract 3. Tenderers shall have plumbers with certificates of apprenticeship/craft certificate 4. Tenderers shall have plumber courses in heating work Professional qualifications - Product group A (Sprinkler system): Tenderers shall have certification for work on sprinkler installations and fire extinguishing equipment, as well as a minimum for 1 of the employees. Professional qualifications - Product group B (Heating installations and cooling installations) 1. Tenderers shall have experience with: a. engineering design services for heating installations/cooling installations and industrial installations b. engineering design services for heat pumps and underfloor heating installations c. Central processing plant in connection with heating installations Professional qualifications - Product group C (Other plumbing services) 1. Tenderers shall have wet room certification 2. Tenderers shall have experience and/or competence within legionella measures and water purification systems Documentation requirements - applies to product groups A, B and C; 1. Master certificate of plumbing. 2. Relevant central certification in sufficient enterprise classification for the subjects that are necessary, or other documentation that shows that the tenderer will get the necessary certification for the available works. 3. Overview of plumbers who show the competence of the plumbers, including certificates of apprenticeship/craft certificates. 4. Documentation of a certificate of apprenticeship must be presented by a contract. 5. Documentation of completed courses in heating work on plumbers. Documentation requirement - Product group A (Sprinkler system): 1. FG certification (the Insurance Companies Approval Committee) for work on sprinkler installations and extinguishing equipment for tenderers and at least 1 of the employees. Documentation requirement – Product group B (Heating installations and cooling installations): • Engineering design services for heating installations/cooling installations and industrial installations • Engineering design services for heat pumps and floor heating installations • Central processing plant • Documentation of professional competence within heating/cooling installations Documentation requirement – Product group C (Other plumbing services): • Certificate in accordance with the wet room norm. • Documentation of professional competence • Course certificate) within preventive legionella measures and water purification systems. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 14/04/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/251149734.aspx

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 23/04/2025 13:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 23/04/2025 13:00 +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, 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 : Vestfold tingrett

8. Organisations

8.1 ORG-0001

Official name : Sandefjord Kommune
Registration number : 916882807
Postal address : Sandefjordsveien 3
Town : SANDEFJORD
Postcode : 3208
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Contact point : André Bredo Larsen
Telephone : +47 33416000
Fax : +47 33416001
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Vestfold tingrett
Registration number : 926723618
Town : Tønsberg
Country : Norway
Telephone : 33 20 67 00
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 6b731cdd-e5d8-4485-abd0-60254a2ffb58-01
Main reason for change : Information updated
Description : New tender deadline when the original date was on a public holiday. New tender deadline 23.04.25

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : 34178ba6-0af4-4ffd-96a6-16cce5e2235c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/04/2025 08:01 +00:00
Notice dispatch date (eSender) : 10/04/2025 08:14 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00237134-2025
OJ S issue number : 72/2025
Publication date : 11/04/2025