At the Bekkelaget wastewater treatment plant, we have a total of 28 sand filters, and we are seeking a framework agreement for the replacement of these. Two sand filters are to be replaced annually. The work consists of: * Suction and removal of filter media * Removal of existing nozzles and installation of new ones * Procurement and supply of new filter material The framework agreement will have a duration of 3 years from the date of the last signature. The contracting authority has the option to extend the agreement for an additional 3 + 2 years on unchanged terms. The maximum possible contract duration is 8 years. A framework agreement will be entered into with one supplier for this assignment. The contracting authority reserves the right to enter into contracts with other suppliers if deemed appropriate. The financial limit for this framework agreement is NOK 20,000,000 excluding VAT. The framework agreement will terminate when the financial limit is reached or upon expiration of the agreement period.
Frist
Fristen for mottak av tilbud var 2026-03-09.
Anskaffelsen ble publisert 2026-02-05.
Kunngjøring av konkurranse (2026-02-05) Gjenstand Anskaffelsens omfang
Tittel: Renovation of sand filters at Bekkelaget wastewater treatment plant.
Referansenummer: 3706
Kort beskrivelse:
“At the Bekkelaget wastewater treatment plant, we have a total of 28 sand filters, and we are seeking a framework agreement for the replacement of these. Two...”
Kort beskrivelse
At the Bekkelaget wastewater treatment plant, we have a total of 28 sand filters, and we are seeking a framework agreement for the replacement of these. Two sand filters are to be replaced annually. The work consists of:
* Suction and removal of filter media
* Removal of existing nozzles and installation of new ones
* Procurement and supply of new filter material
The framework agreement will have a duration of 3 years from the date of the last signature. The contracting authority has the option to extend the agreement for an additional 3 + 2 years on unchanged terms. The maximum possible contract duration is 8 years.
A framework agreement will be entered into with one supplier for this assignment. The contracting authority reserves the right to enter into contracts with other suppliers if deemed appropriate.
The financial limit for this framework agreement is NOK 20,000,000 excluding VAT. The framework agreement will terminate when the financial limit is reached or upon expiration of the agreement period.
Vis mer
Kontrakttype: Bygge- og anleggsarbeid
Produkter/tjenester: Reparasjon og vedlikehold av renseanlegg📦
Estimert verdi eksklusive mva: 20 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“At the Bekkelaget wastewater treatment plant, we have a total of 28 sand filters, and we are seeking a framework agreement for the replacement of these. Two...”
Beskrivelse av anskaffelsen
At the Bekkelaget wastewater treatment plant, we have a total of 28 sand filters, and we are seeking a framework agreement for the replacement of these. Two sand filters are to be replaced annually. The work consists of:
* Suction and removal of filter media
* Removal of existing nozzles and installation of new ones
* Procurement and supply of new filter material
The framework agreement will have a duration of 3 years from the date of the last signature. The contracting authority has the option to extend the agreement for an additional 3 + 2 years on unchanged terms. The maximum possible contract duration is 8 years.
A framework agreement will be entered into with one supplier for this assignment. The contracting authority reserves the right to enter into contracts with other suppliers if deemed appropriate.
The financial limit for this framework agreement is NOK 20,000,000 excluding VAT. The framework agreement will terminate when the financial limit is reached or upon expiration of the agreement period.
Vis mer
Tilleggsprodukter/-tjenester: Reperasjons- og vedlikeholdstjenester📦
Tilleggsprodukter/-tjenester: Reparasjon og vedlikehold av pumper, ventiler, tappekraner og metallbeholdere, anlegg og maskiner📦
Tilleggsprodukter/-tjenester: Reparasjon og vedlikehold av anlegg📦
Utførelsessted: Oslo🏙️
Varighet: 96 (MONTH)
Tidsrammen nedenfor er uttrykt i antall måneder.
Tildelingskriterier
Pris ✅
Pris (vekting): 100
Kvalitetskriterium (navn): According to the Supply Regulations (FFO.) § 7-9 second section, climate and environment considerations shall as a main rule be weighted with at least 30 percent in the award criteria. For this procurement, however, it is considered that it is clear that it gives better climate and environmental effect to set concrete requirements in the requirement specification.
Most of the procurement ́s climate and environmental footprint comes from transport to and from BRA. In accordance with Oslo municipality ́s climate and environmental requirements, the contract requires that this is carried out with zero emission vehicles. It gives a better climate effect to set the mentioned contract requirements, as this guarantees emission free transport, as opposed to the situation where tenderers compete for this.
The contract work will mainly be carried out with hand held equipment, and with the use of suction/flushing vehicles. The work with hand-held equipment does not result in climate and environmental footprints. Suction/flushing vehicle operated on zero emission technology is found to a very limited degree in the market. As this work only makes up a small part of the contract work (estimated twice per pool renovation), it is clear that the suction/flushing vehicle shall be used less frequently than 2 times per month, which is the threshold for setting Oslo municipality's requirements for emission-free transport. Due to proportionality and efficiency considerations, it is not considered appropriate to evaluate the fuel technology for this one vehicle.
In total, zero emission transport requirements are considered combined with most of the contract work being carried out with hand-held equipment in order to provide a better environmental effect than evaluating the environment under the award criteria.
Due to efficiency and progress, the competition will be carried out as a pure price competition.
Kvalitetskriterium (vekting): 0
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0001
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-03-09 11:00:00.000 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: engelsk 🗣️
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 3
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:
“Requirements connected to the tenderer's registrations, authorisations, etc.: The tenderer shall be a legally established company.
...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer's registrations, authorisations, etc.: The tenderer shall be a legally established company.
Documentation requirements:
* Norwegian companies: Company Registration Certificate
* Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer's economic and financial capacity.: Tenderers shall have sufficient economic and financial capacity to fulfil the...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer's economic and financial capacity.: Tenderers shall have sufficient economic and financial capacity to fulfil the framework agreement.
Documentation requirements:
* The company's annual accounts or extracts thereof if the publication of annual accounts is required in the country where the tenderer is established. NB: Norwegian companies obtain the contracting authority's annual financial statements from brreg.no. Foreign companies can refer to an equivalent place where the Contracting Authority can obtain the Annual Financial Statements without costs.
* The accounts balance for the last three available fiscal years. This requirement only applies to companies where the publication of annual accounts is not required in the state where the company is established.
* A statement of the company's total turnover for the maximum of the three last available fiscal years. The declaration can also apply to the turnover within the area that the contract applies if this information is relevant and available. This requirement only applies to companies where the publication of annual accounts is not required in the state where the company is established.
* Credit evaluation/rating, not older than 3 months, based on the last known fiscal figures. NB: The contracting authority will obtain a credit rating from CreditSafe
If the tenderer has a justifiable reason (e.g. a recently started company) for not submitting the documentation required by the Contracting Authority, he can document his economic and financial capacity with any other document that the Contracting Authority deems suitable.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer's technical and professional qualifications.: Experience is required from projects of an equivalent nature.
By an...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer's technical and professional qualifications.: Experience is required from projects of an equivalent nature.
By an equivalent nature and degree of difficulty, we mean work with a sand filter.
Documentation requirements:
An overview of the most important services that the tenderer has carried out in the last three years, together with information on the contracts ́ value, date of delivery or execution and the name of the recipient.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer's technical and professional qualifications.: The tenderer shall have good competence and good capacity, including,...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer's technical and professional qualifications.: The tenderer shall have good competence and good capacity, including, but not limited to:
* Necessary personnel to implement the contract.
Documentation requirements:
* A description of the technical personnel or technical units, particularly those who are responsible for quality control, that the tenderer has at its disposal for fulfilment of the contract.
* Account of the tenderer's average workforce
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirement for due diligence assessments for responsible businesses.: Tenderers shall be suitable to fulfil the contractual requirements for due diligence...”
Liste og kort beskrivelse av regler og kriterier
Requirement for due diligence assessments for responsible businesses.: Tenderers shall be suitable to fulfil the contractual requirements for due diligence assessments for responsible businesses within 6 months of the contract being signed.
This means that the Tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption.
Documentation requirements:
A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies.
The documentation shall include:
* Formal policies/policies that cover an obligation to comply with the requirements of responsible businesses.
* Formal policy/guidelines for accountability for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used.
* Descriptions of the tenderer's processes and routines for how the company works with due diligence assessments.
* Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products the tenderer offers. This shall only be delivered if the procurement includes goods
Vis mer
Hovedfinansieringsvilkår og betalingsordninger og/eller henvisning til relevante bestemmelser som regulerer dem:
“N/A” Vilkår knyttet til kontrakten
Vilkår for kontraktoppfyllelse:
“N/A”
Utfyllende informasjon Klageinstans
Navn: Oslo tingrett
Nasjonalt registreringsnummer: 926725939
Postadresse: Postboks 2106 Vika
Postnummer: 0125
Poststed: Oslo
Region: Oslo🏙️
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞
URL: https://www.domstol.no/no/domstoler/tingrett/oslo-tingrett/🌏 Tjeneste hvor informasjon om klageprosedyren kan innhentes
Navn: Oslo kommune v/ Vann- og avløpsetaten
Nasjonalt registreringsnummer: 971185589
Postadresse: Brynsengfaret 6
Postnummer: 0667
Poststed: Oslo
Region: Oslo🏙️
Land: Norge 🇳🇴
E-post: postmottak@vav.oslo.kommune.no📧
Telefon: +47 21802180📞
URL: https://www.oslo.kommune.no/etater-foretak-og-ombud/vann-og-avlopsetaten/🌏 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2026/S 026-087365 (2026-02-05)