Sludge tender: Emptying sludge installations, duty scheme etc.

In total the assignment comprises approx. 2,300 private and public interceptors for sludge. In addition there is emptying approx. 100 blocked tanks and approx. 450 mini-treatment plants, which will be emptied at a fixed frequency. ReTrans Midt AS plans to procure 1 sanitation wagon train and would like to procure …

CPV: 90000000 Услуги, свързани с отпадъчните води, битовите отпадъци, чистотата и околната среда
Краен срок:
Окт. 24, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Sludge tender: Emptying sludge installations, duty scheme etc.
Издаващ орган:
REMIDT IKS
Номер на наградата:
3

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Sludge tender: Emptying sludge installations, duty scheme etc.
Description : In total the assignment comprises approx. 2,300 private and public interceptors for sludge. In addition there is emptying approx. 100 blocked tanks and approx. 450 mini-treatment plants, which will be emptied at a fixed frequency. ReTrans Midt AS plans to procure 1 sanitation wagon train and would like to procure services for operating facilities that require resources beyond that which can be solved by the company ́s own resources. Examples of assignments that must be carried out by a tenderer are extra resources for major plants, assignments that must be carried out with a sludge suction system and/or other adapted equipment such as a minor sludge suction vehicle with four wheel drive with 2 axles for emptying facilities that do not have access to standard sludge suction equipment, with a minimum 6m3 tank capacity, alternatively tractors with vacuum wagons. Including security guard services/scheme for evening and weekend emptying. All use of conventional sludge suction vehicle/septic vehicle or adapted equipment shall be delivered to a certified facility, in accordance with the instructions from the relevant municipality. The tenderer is expected to work closely with the contracting authority to seamlessly cover ReMidt IKS ́ obligations in connection with serving Melhus and Skaun municipality ́s needs for the collection of sludge from private and public sewage installations.
Procedure identifier : 390f12ca-20da-49f9-98ca-2ea7af15a143
Internal identifier : 3
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : See the attached tender documentation.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 14 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - See the tender documentation part 1 and part 2

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 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.
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.
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.
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.
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 : Sludge tender: Emptying sludge installations, duty scheme etc.
Description : In total the assignment comprises approx. 2,300 private and public interceptors for sludge. In addition there is emptying approx. 100 blocked tanks and approx. 450 mini-treatment plants, which will be emptied at a fixed frequency. ReTrans Midt AS plans to procure 1 sanitation wagon train and would like to procure services for operating facilities that require resources beyond that which can be solved by the company ́s own resources. Examples of assignments that must be carried out by a tenderer are extra resources for major plants, assignments that must be carried out with a sludge suction system and/or other adapted equipment such as a minor sludge suction vehicle with four wheel drive with 2 axles for emptying facilities that do not have access to standard sludge suction equipment, with a minimum 6m3 tank capacity, alternatively tractors with vacuum wagons. Including security guard services/scheme for evening and weekend emptying. All use of conventional sludge suction vehicle/septic vehicle or adapted equipment shall be delivered to a certified facility, in accordance with the instructions from the relevant municipality. The tenderer is expected to work closely with the contracting authority to seamlessly cover ReMidt IKS ́ obligations in connection with serving Melhus and Skaun municipality ́s needs for the collection of sludge from private and public sewage installations.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2029

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The contracting authority has the right to extend the contract for 1+1+1 year.

5.1.5 Value

Estimated value excluding VAT : 14 000 000 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) : yes

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 03/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/264070124.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
Variants : Not allowed
Deadline for receipt of tenders : 24/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 69 Day
Information about public opening :
Opening date : 24/10/2025 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 : Allowed
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

Review organisation : Trøndelag Tingrett
Information about review deadlines : There is a waiting period of 10 calendar days calculated from the day after the foundation notification was sent electronically. After the waiting period has expired, the contracting authority will enter into contract, and any appeals to the award must be addressed to the contracting authority by the deadline.
Organisation receiving requests to participate : REMIDT IKS
Organisation processing tenders : REMIDT IKS

8. Organisations

8.1 ORG-0001

Official name : REMIDT IKS
Registration number : 975936333
Postal address : Postboks 94
Town : Orkanger
Postcode : 7301
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Nicholas Lundberg
Telephone : +47 72483700
Internet address : https://www.remidt.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Trøndelag Tingrett
Registration number : 926722794
Postal address : Trondheim tinghus Munkegata 20
Town : Trondheim
Postcode : 7013
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 8a9f98ff-5e0b-474b-8a76-3bd618430c4b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/08/2025 11:57 +00:00
Notice dispatch date (eSender) : 26/08/2025 12:18 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00560249-2025
OJ S issue number : 163/2025
Publication date : 27/08/2025