The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The aim of the contract is to cover the customers' need for analysis services for water and sewage, sludge, landfill monitoring and environment in accordance with the regulations. The municipality that has a water supply facility, sewage treatment plant, landfill and sludge treatment facility is obliged to carry out sample taking and analysing according to: • The Drinking Water Regulations. • The Pollution Regulations • The Natural Fertiliser Products Regulations. • The Waste Regulations • The Water Regulations The analysis services will apply to analyses for drinking water, sewage water, sewage sludge, ladder water, ladder water sediment, ground water wells, discharge from oil dividers, compost, soil, waste, fresh water, coastal water, sediment and biota. The above lists are not exhaustive. In addition to analyses in accordance with the regulation requirements, there is sometimes a need for other types of analyses. The contracting authority shall enter into a contract with a tenderer who has the necessary competence to assist in all phases, from the sample to the result. Comments on the contract: • Recipient studies are not a part of this agreement. Comments on the contract: • Recipient studies are not a part of this agreement. There is a separate contract for accredited sample taking at the sewage treatment facility in Ålesund. Municipality. This type of sample taking is not a part of this agreement. •When using external environment consultants etc., this agreement can be bypassed by ordering analysis services.
Frist
Fristen for mottak av tilbud var 2026-03-16.
Anskaffelsen ble publisert 2026-02-09.
Kunngjøring av konkurranse (2026-02-09) Gjenstand Anskaffelsens omfang
Tittel: Procurement - Analysis Services, 2026
Referansenummer: 26/249
Kort beskrivelse:
“The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer.
The aim of the contract is to cover the...”
Kort beskrivelse
The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer.
The aim of the contract is to cover the customers' need for analysis services for water and sewage, sludge,
landfill monitoring and environment in accordance with the regulations.
The municipality that has a water supply facility, sewage treatment plant, landfill and sludge treatment facility is obliged to carry out sample taking and analysing according to:
• The Drinking Water Regulations.
• The Pollution Regulations
• The Natural Fertiliser Products Regulations.
• The Waste Regulations
• The Water Regulations
The analysis services will apply to analyses for drinking water, sewage water, sewage sludge, ladder water,
ladder water sediment, ground water wells, discharge from oil dividers, compost, soil, waste, fresh water,
coastal water, sediment and biota.
The above lists are not exhaustive.
In addition to analyses in accordance with the regulation requirements, there is sometimes a need for other types of analyses.
The contracting authority shall enter into a contract with a tenderer who has the necessary competence to assist in all phases, from the sample to the result.
Comments on the contract:
• Recipient studies are not a part of this agreement.
Comments on the contract:
• Recipient studies are not a part of this agreement.
There is a separate contract for accredited sample taking at the sewage treatment facility in Ålesund.
Municipality. This type of sample taking is not a part of this agreement.
•When using external environment consultants etc., this agreement can be bypassed by
ordering analysis services.
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Laboratorietjenester📦
Estimert verdi eksklusive mva: 11 200 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer.
The aim of the contract is to cover the...”
Beskrivelse av anskaffelsen
The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer.
The aim of the contract is to cover the customers' need for analysis services for water and sewage, sludge,
landfill monitoring and environment in accordance with the regulations.
The municipality that has a water supply facility, sewage treatment plant, landfill and sludge treatment facility is obliged to carry out sample taking and analysing according to:
• The Drinking Water Regulations.
• The Pollution Regulations
• The Natural Fertiliser Products Regulations.
• The Waste Regulations
• The Water Regulations
The analysis services will apply to analyses for drinking water, sewage water, sewage sludge, ladder water,
ladder water sediment, ground water wells, discharge from oil dividers, compost, soil, waste, fresh water,
coastal water, sediment and biota.
The above lists are not exhaustive.
In addition to analyses in accordance with the regulation requirements, there is sometimes a need for other types of analyses.
The contracting authority shall enter into a contract with a tenderer who has the necessary competence to assist in all phases, from the sample to the result.
Comments on the contract:
• Recipient studies are not a part of this agreement.
Comments on the contract:
• Recipient studies are not a part of this agreement.
There is a separate contract for accredited sample taking at the sewage treatment facility in Ålesund.
Municipality. This type of sample taking is not a part of this agreement.
•When using external environment consultants etc., this agreement can be bypassed by
ordering analysis services.
Participants in the agreement:
• Fjord municipality
• Haram municipality
• Hareid municipality
• Sula municipality
• Sykkylven municipality
• Ørsta municipality
• Ålesund municipality
•Attvine
• Sykkylven Energi
Vis mer
Utførelsessted: Møre og Romsdal🏙️
Varighet: 24 (MONTH)
Tidsrammen nedenfor er uttrykt i antall måneder.
Informasjon om opsjoner
Opsjoner ✅
Beskrivelse av opsjoner:
“The options are described in a separate tab in the attached exel file. It's tab 17.” Informasjon om elektroniske kataloger
Tilbud må presenteres i form av elektroniske kataloger eller inkludere en elektronisk katalog
Tildelingskriterier
Pris ✅
Pris (vekting): 25
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vekting): 45
Kvalitetskriterium (navn): Environment
Kvalitetskriterium (vekting): 30
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-03-16 11:00:58 📅
Vilkår for åpning av tilbud: 2026-03-16 11:15:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 89
Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Payment of tax, VAT and other public duties.
This requirement only applies to Norwegian tenderers.
Requirements:
Tenderers must have their tax, payroll tax...”
Liste og kort beskrivelse av regler og kriterier
Payment of tax, VAT and other public duties.
This requirement only applies to Norwegian tenderers.
Requirements:
Tenderers must have their tax, payroll tax and
VAT in accordance with the legal provisions and the tenderer must not have significant arrears.
Any arrears or other irregularities must be justified.
Documentation requirement:
Tenderers shall document the requirement through the certificate "Information on tax and duties". Certificate
shall be of the type "RF-1507" and not "RF-1316".
Tenderers can order such a certificate from the Norwegian Tax Administration on behalf of their activities.
Tenderers are asked to enclose the certificate in the tender or submit it on request. Tax Certificate
must not be older than 6 months calculated from the tender deadline.
Read about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Economic and financial capacity
Requirements:
Tenderers must have the financial capacity to execute the contract.
Tenderers are required to be credit...”
Liste og kort beskrivelse av regler og kriterier
Economic and financial capacity
Requirements:
Tenderers must have the financial capacity to execute the contract.
Tenderers are required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service.
RiskGuardian Suite (https://riskguardian.bisnode.no), or have the financial capacity to implement
the contract based on the contracting authority ́s judgement.
Documentation requirement:
The Contracting Authority will carry out their own assessment of the tenderer's finances through RiskGuardian.
Suite. Tenderers can enclose other necessary information if the tenderer believes that
RiskGuardian Suite does not provide a correct picture of the financial situation.
The RiskGuardian Suite service includes all Nordic countries. As a main rule, the Contracting Authority accepts
credit ratings from other company and accounting information systems other than the RiskGuardian Suite on
due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will
the contracting authority, however, use and accept a credit rating through Dun & Bradstreet's service.
Credit (https://credit.dnb.com/).
Tenderers that the contracting authority cannot find the RiskGuardian Suite (or Credit for suppliers)
outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for
credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar.
financing institutions, regarding the company's financial and economic position.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements:
The tenderer, or employees at the tenderer are required to have experience from at least three equivalent assignments.
the last 5 years....”
Liste og kort beskrivelse av regler og kriterier
Requirements:
The tenderer, or employees at the tenderer are required to have experience from at least three equivalent assignments.
the last 5 years. Similar assignments means analysis services within ....., with a value of minimum NOK
NOK 3,000,000 excluding VAT per contract.
Documentation requirement:
Completed annex "The Tenderer's experience" or equivalent document.
If another document is used, the response shall be maximum two A4 pages. Answer
shall not include a cover page or table of contents. Any pages after page 2 will not be considered.
Any links etc. in the reply will not be considered.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“3.1.4.3.2 Accreditation
Requirements:
Tenderers shall be accredited in accordance with NS-EN ISO/IEC 17025. All analysis services such as
requires...”
Liste og kort beskrivelse av regler og kriterier
3.1.4.3.2 Accreditation
Requirements:
Tenderers shall be accredited in accordance with NS-EN ISO/IEC 17025. All analysis services such as
requires accreditation in accordance with the current regulations (parameter and quantification limit) shall be included
in the accreditation.
Documentation requirement:
Certified accreditation papers.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“3.1.4.3.3 Quality assurance system
Requirements:
Tenderers shall have a good and well functioning quality management system, based on ISO 9001...”
Liste og kort beskrivelse av regler og kriterier
3.1.4.3.3 Quality assurance system
Requirements:
Tenderers shall have a good and well functioning quality management system, based on ISO 9001 or
equivalent, which are third party certified by an accredited certification body.
Documentation requirement:
Copy of a valid system certificate issued by an accredited certification body*
*The contracting authority shall accept other documentation for equivalent measures if the tenderer does not have
possibility to obtain such certificates by the deadline, and this is not due to the tenderer himself. This depends on
that the tenderer documents that these measures are equivalent to the requested standard/system.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be...”
Liste og kort beskrivelse av regler og kriterier
Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.”
Liste og kort beskrivelse av regler og kriterier:
“Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly...”
Liste og kort beskrivelse av regler og kriterier
Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including...”
Liste og kort beskrivelse av regler og kriterier
Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management...”
Liste og kort beskrivelse av regler og kriterier
Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Utfyllende informasjon Klageinstans
Navn: Sunnmøre tingrett
Nasjonalt registreringsnummer: 935365201
Postadresse: Postboks 1354 Sentrum
Postnummer: 6001
Poststed: Ålesund
Region: Møre og Romsdal🏙️
Land: Norge 🇳🇴
E-post: sunnmore.tingrett@domstol.no📧
Telefon: 70 33 47 00📞
URL: https://www.domstol.no/no/domstoler/tingrett/sunnmore-tingrett/🌏 Klageprosedyre
Presis informasjon om frister for klageprosedyrer:
“In accordance with the regulations.” Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2026/S 029-097457 (2026-02-09)