New sand sludge system - Sirkula

Sirkula plans to construct a new sand sludge facility at Heggvin. The facility shall consist of process equipment and buildings for this. In addition there will be development of sites, roads etc. . The facility shall consist of a building for processing the sludge and the necessary areas outdoors for …

CPV: 34951200 Оборудване за обработка на утайки, 45232422 Станция за третиране на утайки, 45252140 Строителни и монтажни работи по общо изграждане на инсталация за обезводняване на утайки
Краен срок:
Авг. 28, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
New sand sludge system - Sirkula
Издаващ орган:
Sirkula IKS
Номер на наградата:
HRP - 2025/008

1. Buyer

1.1 Buyer

Official name : Sirkula IKS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : New sand sludge system - Sirkula
Description : Sirkula plans to construct a new sand sludge facility at Heggvin. The facility shall consist of process equipment and buildings for this. In addition there will be development of sites, roads etc. . The facility shall consist of a building for processing the sludge and the necessary areas outdoors for logistics to and from the site. Inside the building there will be areas and equipment for processing the relevant sludge types: Sandslam from sand traps not connected to oil traps - not hazardous waste (NS 1699/9918 and EAL 190802/200303) Sandslam from sand traps associated with oil traps - dangerous Waste (NS 7022 and EAL 130501/130502)) Oil sludge - hazardous waste (NS 7022 and EAL 130503) In addition an option is wanted for the possibility to receive polluted water with some sludge content (polluted water from building pits, washing water from tunnels etc.) and water with the content of organic solids, waste etc. This procurement is for process equipment for processing described sludge types, complete assembled, including testing, commissioning and assistance in the trial operation period. The delivery shall also include: equipment/solution for buffer storage of the sludge types before feeding into the treatment facility, as well as equipment/solution for buffer storage of ready processed sludge up until collection, including automatic transport solutions from and to the buffer stores. Option for treatment plant for process water from the plant. The delivery shall also include all work on technical disciplines for the equipment, including: Electro, automation and control system, including all equipment and cabling for the process equipment Water and sewage etc.: All internal equipment and pipelines for the process equipment delivery shall be included. Ventilation: All suction, internal channels, dampers etc. for the process equipment shall be included. The interface for the procurement of the processing equipment is from vehicles with sludge up to and including buffer storage for collecting treated sludge. The procurement does not include: Ground works, including floors in the building Building Electro and automation outside of the process equipment. The interface will be on the main board in the building. General lights, power sockets, fire alarms etc. are delivered in another contract. Water and sewage outside the process equipment. The interface will be based on water advantages in the building and cut-up from bottom pipelines/outlets from the process equipment. General sanitary installations are to be delivered in another contract. Ventilation: Aggregate and channel systems up to the connection points at the process equipment are delivered in another contract. The same applies to general ventilation, any need for odour cleaning etc., the procurement aims to provide an interaction supplier who shall carry out the development phase together with the builder and contractors for other trades, as mentioned above, in order to reach an agreed target price. The target price will then form the basis for the execution phase as an ordinary turnkey contract in accordance with NS8407. The project has been approved in Sirkula's decision bodies, but it is subject to the final decision on investment resources for the start-up of the execution phase. Further details on the procurement are in the tender documentation Annex 1.
Procedure identifier : d0451c38-a21d-4528-9483-3626cc4864fe
Internal identifier : HRP - 2025/008
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement is made on the basis of the rules in this tender documentation and in accordance with the Public Procurement Act (LOA) and the Public Procurement Regulations (FOA). The procurement shall be carried out through an open tender contest in accordance with PPR parts I and III. Negotiations will not be made and the tenderer must submit their best tender, complete and in accordance with the tender documentation. If the tender offer or documentation contains errors, shortcomings or uncertainties, the contracting authority has the right to ask the tenderer to submit a supplement, clarify or supplement the received information and documentation as far as this does not result in the tender being improved.NB! Questions to be sent during the joint holiday must be expected to take longer than usual before the questions are answered.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34951200 Sludge-handling equipment
Additional classification ( cpv ): 45232422 Sludge-treatment works
Additional classification ( cpv ): 45252140 Sludge-dewatering plant construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Open tender contest is always allowed to use, cf. the procurement regulations.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to 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?
Breaching obligation relating to 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : New sand sludge system - Sirkula
Description : Sirkula plans to construct a new sand sludge facility at Heggvin. The facility shall consist of process equipment and buildings for this. In addition there will be development of sites, roads etc. . The facility shall consist of a building for processing the sludge and the necessary areas outdoors for logistics to and from the site. Inside the building there will be areas and equipment for processing the relevant sludge types: Sandslam from sand traps not connected to oil traps - not hazardous waste (NS 1699/9918 and EAL 190802/200303) Sandslam from sand traps associated with oil traps - dangerous Waste (NS 7022 and EAL 130501/130502)) Oil sludge - hazardous waste (NS 7022 and EAL 130503) In addition an option is wanted for the possibility to receive polluted water with some sludge content (polluted water from building pits, washing water from tunnels etc.) and water with the content of organic solids, waste etc. This procurement is for process equipment for processing described sludge types, complete assembled, including testing, commissioning and assistance in the trial operation period. The delivery shall also include: equipment/solution for buffer storage of the sludge types before feeding into the treatment facility, as well as equipment/solution for buffer storage of ready processed sludge up until collection, including automatic transport solutions from and to the buffer stores. Option for treatment plant for process water from the plant. The delivery shall also include all work on technical disciplines for the equipment, including: Electro, automation and control system, including all equipment and cabling for the process equipment Water and sewage etc.: All internal equipment and pipelines for the process equipment delivery shall be included. Ventilation: All suction, internal channels, dampers etc. for the process equipment shall be included. The interface for the procurement of the processing equipment is from vehicles with sludge up to and including buffer storage for collecting treated sludge. The procurement does not include: Ground works, including floors in the building Building Electro and automation outside of the process equipment. The interface will be on the main board in the building. General lights, power sockets, fire alarms etc. are delivered in another contract. Water and sewage outside the process equipment. The interface will be based on water advantages in the building and cut-up from bottom pipelines/outlets from the process equipment. General sanitary installations are to be delivered in another contract. Ventilation: Aggregate and channel systems up to the connection points at the process equipment are delivered in another contract. The same applies to general ventilation, any need for odour cleaning etc., the procurement aims to provide an interaction supplier who shall carry out the development phase together with the builder and contractors for other trades, as mentioned above, in order to reach an agreed target price. The target price will then form the basis for the execution phase as an ordinary turnkey contract in accordance with NS8407. The project has been approved in Sirkula's decision bodies, but it is subject to the final decision on investment resources for the start-up of the execution phase. Further details on the procurement are in the tender documentation Annex 1.
Internal identifier : HRP - 2025/008

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34951200 Sludge-handling equipment
Additional classification ( cpv ): 45232422 Sludge-treatment works
Additional classification ( cpv ): 45252140 Sludge-dewatering plant construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 18 Month

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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade 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.
Criterion : Other economic or 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: Minimum qualification requirements • Tenderers must have the financial capacity to carry out the assignment/contract. Documentation requirement: • Credit rating A (credit worthy) carried out by a publicly certified credit rating institution. The rating shall not be older than 3 months calculated from the tender deadline. If a tenderer, due to valid reasons (e.g. newly established), cannot submit the documentation requested by the Contracting Authority, the economic and financial position can be substantiated by other documentation or guarantees that the Contracting Authority can accept.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important 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. Minimum qualification requirements • Tenderers shall have relevant competence and professional qualifications, as well as experience from equivalent assignments/deliveries. Documentation requirement: • A short description of relevant competence for the execution of the assignment, including technical or professional qualifications, relevant certificates etc. • An account of 3 relevant reference projects with a short description of the project, contracting authority, year and contract value. A gender neutral preferred and contact information shall be provided for the references. The contracting authority reserves the right, but not an obligation, to check/contact the stated references. The description/account can be added to the tender form, which is in Annex 3 of the tender documentation.
Criterion : Certificates by independent bodies about 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? Minimum qualification requirements • Tenderers shall have a quality assurance system. The system shall cover the services included in the assignment. Documentation requirement: • Documentation of a quality management system. If one is ISO certified or equivalent, a copy of the certificate will be sufficient.
Criterion : Certificates by independent bodies about environmental management systems or 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? Minimum qualification requirements • Documentation of a system for environmental management. If one is ISO certified or equivalent, a copy of the certificate will be sufficient.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 14/08/2025 14:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260824005.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 : 28/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 28/08/2025 10:00 +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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Østre Innlandet tingrett
Review organisation : Østre Innlandet tingrett
Information about review deadlines : Deadlines in accordance with the procurement regulations.
Organisation providing more information on the review procedures : HRP AS

8. Organisations

8.1 ORG-0001

Official name : HRP AS
Registration number : 988889245
Postal address : Dronning Eufemias Gate 16
Town : OSLO
Postcode : 0190
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Thor Stian Olsen
Telephone : +47 99529475
Fax : +47 48400203
Internet address : https://www.hrpas.no
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Sirkula IKS
Registration number : 916923082
Postal address : Holmefaret 16
Town : Furnes
Postcode : 2320
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Thor Stian Olsen
Telephone : +47 99529475
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Østre Innlandet tingrett
Registration number : 973790889
Town : Hamar
Postcode : 3403
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62782700
Roles of this organisation :
Review organisation
Mediation organisation

Notice information

Notice identifier/version : a9a605af-88b5-41f2-aea0-1fae21640d65 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/07/2025 07:49 +00:00
Notice dispatch date (eSender) : 01/07/2025 12:17 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00428753-2025
OJ S issue number : 124/2025
Publication date : 02/07/2025