Procurement of various chemicals for BIR

Comprises 19 different chemicals. The contract ́s estimate over four years is approx. One or several sub-contracts may be signed. Comprises 19 different chemicals. The contract ́s estimate over four years is approx. One or several sub-contracts may be signed. Comprises 19 different chemicals. The contract ́s estimate over four …

CPV: 24315000 Různé anorganické chemické látky, 24300000 Základní anorganické a organické chemické látky, 24311500 Hydroxidy jako základní anorganické chemické látky, 24320000 Základní organické chemické látky, 24327000 Různé organické chemické látky, 24962000 Chemické látky na úpravu vody
Termín:
27. června 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
Procurement of various chemicals for BIR
Misto zadání:
BIR AS
Číslo zakázky:
KBA04-2025

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Procurement of various chemicals for BIR
Description : Comprises 19 different chemicals. The contract ́s estimate over four years is approx. One or several sub-contracts may be signed.
Procedure identifier : 8ad78a59-1d9a-40ad-810e-7b1103256423
Internal identifier : KBA04-2025
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24315000 Miscellaneous inorganic chemicals
Additional classification ( cpv ): 24300000 Basic inorganic and organic chemicals
Additional classification ( cpv ): 24311500 Hydroxides as basic inorganic chemicals
Additional classification ( cpv ): 24320000 Basic organic chemicals
Additional classification ( cpv ): 24327000 Miscellaneous organic chemicals
Additional classification ( cpv ): 24962000 Water-treatment chemicals

2.1.2 Place of performance

Postal address : Fanaveien 219
Town : Rådal
Postcode : 5239
Country subdivision (NUTS) : Vestland ( NO0A2 )

2.1.2 Place of performance

Postal address : Bjørkemoen 60
Town : Voss
Postcode : 5709
Country subdivision (NUTS) : Vestland ( NO0A2 )

2.1.2 Place of performance

Postal address : Hjellvikvegen 286
Town : Valestrandsfossen
Postcode : 5281
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 65 000 000 Norwegian krone
Maximum value of the framework agreement : 80 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Hordaland Tingrett -

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 8
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 8

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?
Purely national exclusion grounds : The following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: 1 § 24-2 (2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. 2. § 24-2 (3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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-0001

Title : Trimercapto-s-triazine trinatrium salt 15 %. Iron(III) chlorinated 40 % solution (pix III), PASP etc.
Description : Comprises 19 different chemicals. The contract ́s estimate over four years is approx. One or several sub-contracts may be signed.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24315000 Miscellaneous inorganic chemicals
Additional classification ( cpv ): 24300000 Basic inorganic and organic chemicals
Additional classification ( cpv ): 24311500 Hydroxides as basic inorganic chemicals
Additional classification ( cpv ): 24320000 Basic organic chemicals
Additional classification ( cpv ): 24327000 Miscellaneous organic chemicals
Additional classification ( cpv ): 24962000 Water-treatment chemicals

5.1.2 Place of performance

Postal address : Fanaveien 219
Town : Rådal
Postcode : 5239
Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information :

5.1.3 Estimated duration

Duration : 48 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer ́s technical and professional capacity.
Description : 4.3 The tenderer ́s technical and professional capacity Requirement Documentation requirement During the last 12 months tenderers must have carried out 1 assignment with equivalent content set against the assignment in the present procurement. The requirement for equivalent content in the reference assignment will be seen as fulfilled if the tenderer has delivered the same/identical products and services as listed in this tender documentation If the tenderer relies on other companies to fulfil the requirement, commitment statements must also be enclosed from the relevant companies that show that the tenderer can use the other company's qualifications. A maximum of one reference project shall be described. The description shall include the name of the contracting authority, value of the delivery as well as the time period for the delivery. The description ought to include further information on what was delivered. The description shall have a maximum of 1 A4 pages with a font size of 12. Requirement: During the last 12 months tenderers must have carried out 1 assignment with equivalent content set against the assignment in the present procurement. The requirement for equivalent content in the reference assignment will be seen as fulfilled if the tenderer has delivered the same/identical products and services as listed in this tender documentation If the tenderer relies on other companies to fulfil the requirement, commitment statements must also be enclosed from the relevant companies that show that the tenderer can use the other company's qualifications. A maximum of one reference project shall be described. The description shall include the name of the contracting authority, value of the delivery as well as the time period for the delivery. The description ought to include further information on what was delivered. The description shall have a maximum of 1 A4 pages with a font size of 12. A signed commitment statement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Documentation requirement and evaluation: Tenderers shall be a legally established company. Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Registration certificates in professional registers as determined by legislation in the countries in which the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer's finances and solidity.
Description : Requirement: Documentation requirement and evaluation: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Tenderers must as a minimum be credit worthy. Tenderers who have significant remarks/clarifications from the auditor on their credit rating can be rejected from the competition. Significant remarks/clarifications are defined as breaches of Norwegian law. • A credit rating based on the most recent financial figures. The rating shall be carried out by a company licensed to provide credit information. • The contracting authority reserves the right to carry out a credit assessment. • If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. Tax and VAT The tax certificate shall not have significant arrears/amount owed that cannot be explained due to postponements granted by the tax authorities. The certificate must not be more than six months old. The certificate must not be older than 6 months calculated from the deadline for receipt of tenders. Foreign companies shall present certificates from equivalent authorities to the Norwegian authorities. Description/documentation that explains any arrears.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality and Environment
Description : Requirement: Documentation requirement and evaluation The tenderer and manufacturer shall have a satisfactory environmental management system that manages how the company safeguards relevant environmental considerations. If the Tenderer and Manufacturer are the same companies, it is sufficient that the requirement is met by the Tenderer/Contract party alone. Description of the Tenderer's and the manufacturer's environmental management system. The description does not need to show that the Tenderer's and the Manufacturer's system would satisfy an official certification, but show that the system is adapted to the Tenderer's and the Manufacturer's activities, according to the Contracting Authority's requirements. The qualification requirement will also be seen as met if the Tenderer and Manufacturer can submit certificates issued by independent bodies as documentation that the Tenderer and Manufacturer fulfil recognised environmental management systems or standards. In this case, it is not necessary to describe the environmental management system. The tenderer and manufacturer shall have a satisfactory quality assurance system that manages how the company safeguards quality. If the Tenderer and Manufacturer are the same companies, it is sufficient that the requirement is met by the Tenderer/Contract party alone. Description of the Tenderer's and the Manufacturer's quality assurance system. The description does not need to show that the Tenderer's and the Manufacturer's system would fulfil an official certification, but show that the system is adapted to the Tenderer's and the Manufacturer's activities according to the Contracting Authority's requirements. The qualification requirement will also be seen as met if the Tenderer and manufacturer can submit certificates issued by independent bodies as documentation that the Tenderer and Manufacturer fulfil the recognised quality assurance system or standards. In this case it is not necessary to describe the quality assurance system.
Use of this criterion : Used

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 27/06/2025 10:00 +00:00
Information about public opening :
Opening date : 27/06/2025 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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Hordaland Tingrett

5.1 Lot technical ID : LOT-0002

Title : CaO caO cao lime in powder, Ca (OH)2 Hydrate lime in powder (1)
Description : Comprises 19 different chemicals. The contract ́s estimate over four years is approx. One or several sub-contracts may be signed.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24315000 Miscellaneous inorganic chemicals
Additional classification ( cpv ): 24300000 Basic inorganic and organic chemicals
Additional classification ( cpv ): 24311500 Hydroxides as basic inorganic chemicals
Additional classification ( cpv ): 24320000 Basic organic chemicals
Additional classification ( cpv ): 24327000 Miscellaneous organic chemicals
Additional classification ( cpv ): 24962000 Water-treatment chemicals

5.1.2 Place of performance

Postal address : Fanaveien 219
Town : Rådal
Postcode : 5239
Additional information :

5.1.3 Estimated duration

Duration : 48 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 27/06/2025 10:00 +00:00
Information about public opening :
Opening date : 27/06/2025 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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Hordaland Tingrett

5.1 Lot technical ID : LOT-0003

Title : Active charcoal 12x40 mesh for boiler water purification, Active coal 12x40 mesh for wastewater purification (1)
Description : Comprises 19 different chemicals. The contract ́s estimate over four years is approx. One or several sub-contracts may be signed.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24315000 Miscellaneous inorganic chemicals
Additional classification ( cpv ): 24300000 Basic inorganic and organic chemicals
Additional classification ( cpv ): 24311500 Hydroxides as basic inorganic chemicals
Additional classification ( cpv ): 24320000 Basic organic chemicals
Additional classification ( cpv ): 24327000 Miscellaneous organic chemicals
Additional classification ( cpv ): 24962000 Water-treatment chemicals

5.1.2 Place of performance

Postal address : Fanaveien 219
Town : Rådal
Postcode : 5239
Additional information :

5.1.3 Estimated duration

Duration : 48 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 27/06/2025 10:00 +00:00
Information about public opening :
Opening date : 27/06/2025 11:00 +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 : Hordaland Tingrett

5.1 Lot technical ID : LOT-0004

Title : HOK pulverised (1)
Description : Comprises 19 different chemicals. The contract ́s estimate over four years is approx. One or several sub-contracts may be signed.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24315000 Miscellaneous inorganic chemicals
Additional classification ( cpv ): 24300000 Basic inorganic and organic chemicals
Additional classification ( cpv ): 24311500 Hydroxides as basic inorganic chemicals
Additional classification ( cpv ): 24320000 Basic organic chemicals
Additional classification ( cpv ): 24327000 Miscellaneous organic chemicals
Additional classification ( cpv ): 24962000 Water-treatment chemicals

5.1.2 Place of performance

Postal address : Fanaveien 219
Town : Rådal
Postcode : 5239
Additional information :

5.1.3 Estimated duration

Duration : 48 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 27/06/2025 10:00 +00:00
Information about public opening :
Opening date : 27/06/2025 11:00 +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 : Hordaland Tingrett

5.1 Lot technical ID : LOT-0005

Title : NaOH 50 % sodalute, HCI 35-37 hydrochloric acid, Sulphuric acid 96 % (1)
Description : Comprises 19 different chemicals. The contract ́s estimate over four years is approx. One or several sub-contracts may be signed.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24315000 Miscellaneous inorganic chemicals
Additional classification ( cpv ): 24300000 Basic inorganic and organic chemicals
Additional classification ( cpv ): 24311500 Hydroxides as basic inorganic chemicals
Additional classification ( cpv ): 24320000 Basic organic chemicals
Additional classification ( cpv ): 24327000 Miscellaneous organic chemicals
Additional classification ( cpv ): 24962000 Water-treatment chemicals

5.1.2 Place of performance

Postal address : Fanaveien 219
Town : Rådal
Postcode : 5239
Additional information :

5.1.3 Estimated duration

Duration : 48 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 27/06/2025 10:00 +00:00
Information about public opening :
Opening date : 27/06/2025 11:00 +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 : Hordaland Tingrett

5.1 Lot technical ID : LOT-0006

Title : Ammonia solution 24.5 % (1)
Description : Comprises 19 different chemicals. The contract ́s estimate over four years is approx. One or several sub-contracts may be signed.
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24315000 Miscellaneous inorganic chemicals
Additional classification ( cpv ): 24300000 Basic inorganic and organic chemicals
Additional classification ( cpv ): 24311500 Hydroxides as basic inorganic chemicals
Additional classification ( cpv ): 24320000 Basic organic chemicals
Additional classification ( cpv ): 24327000 Miscellaneous organic chemicals
Additional classification ( cpv ): 24962000 Water-treatment chemicals

5.1.2 Place of performance

Postal address : Fanaveien 219
Town : Rådal
Postcode : 5239
Additional information :

5.1.3 Estimated duration

Duration : 48 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 27/06/2025 10:00 +00:00
Information about public opening :
Opening date : 27/06/2025 11:00 +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 : Hordaland Tingrett

5.1 Lot technical ID : LOT-0007

Title : Sorbacal 35 % AC (1)
Description : Comprises 19 different chemicals. The contract ́s estimate over four years is approx. One or several sub-contracts may be signed.
Internal identifier : 7

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24315000 Miscellaneous inorganic chemicals
Additional classification ( cpv ): 24300000 Basic inorganic and organic chemicals
Additional classification ( cpv ): 24311500 Hydroxides as basic inorganic chemicals
Additional classification ( cpv ): 24320000 Basic organic chemicals
Additional classification ( cpv ): 24327000 Miscellaneous organic chemicals
Additional classification ( cpv ): 24962000 Water-treatment chemicals

5.1.2 Place of performance

Postal address : Fanaveien 219
Town : Rådal
Postcode : 5239
Additional information :

5.1.3 Estimated duration

Duration : 48 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) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 27/06/2025 10:00 +00:00
Information about public opening :
Opening date : 27/06/2025 11:00 +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 : Hordaland Tingrett

5.1 Lot technical ID : LOT-0008

Title : Detergent type Defra 28, Detergent type Rochem cleaner AA, Cardige filter for treatment facilities, etc. (1)
Description : Comprises 19 different chemicals. The contract ́s estimate over four years is approx. One or several sub-contracts may be signed.
Internal identifier : 8

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24315000 Miscellaneous inorganic chemicals
Additional classification ( cpv ): 24300000 Basic inorganic and organic chemicals
Additional classification ( cpv ): 24311500 Hydroxides as basic inorganic chemicals
Additional classification ( cpv ): 24320000 Basic organic chemicals
Additional classification ( cpv ): 24327000 Miscellaneous organic chemicals
Additional classification ( cpv ): 24962000 Water-treatment chemicals

5.1.2 Place of performance

Postal address : Bjørkemoen 60
Town : Voss
Postcode : 5709
Additional information :

5.1.3 Estimated duration

Duration : 48 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) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 27/06/2025 10:00 +00:00
Information about public opening :
Opening date : 27/06/2025 11:00 +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 : Hordaland Tingrett

8. Organisations

8.1 ORG-0001

Official name : BIR AS
Registration number : 983495400
Postal address : Pb 6004
Town : Bergen
Postcode : 5892
Country : Norway
Contact point : Atle Hitland
Telephone : +47 55277728
Internet address : https://www.bir.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland Tingrett
Registration number : 926723367
Department : Bergen
Postal address : C Sunds Gate 42
Town : Bergen
Postcode : 5004
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Hordaland Tingrett
Telephone : 55699700
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 1748096c-7415-48cf-aab2-00d00fcde2d6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/04/2025 10:49 +00:00
Notice dispatch date (eSender) : 22/04/2025 12:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00260181-2025
OJ S issue number : 79/2025
Publication date : 23/04/2025