Sanitation services for RENO Troms, RENO Salten and REVE Agder and Rogaland - three independent sub-contracts (R01642, R01698 and R01699)

The Norwegian Defence Estates Agency invites tenderers to submit tenders for a framework agreement for sanitation services for the following independent sub-contracts: Sub-contract 1: The Norwegian Defence Estates Agency, Northern Region, Troms (excluding Harstad with surrounding area), contract number R01642Delkontrakt 2: Forsvarsbygg region nord, Nordland, avtalenummer R01698Delkontrakt 3: Forsvarsbygg region …

CPV: 90500000 Tjenesteydelser i forbindelse med affald, 90510000 Bortskaffelse og behandling af affald, 90511000 Indsamling af affald, 90512000 Transport af affald, 90513000 Affaldsbehandling og bortskaffelse af ufarligt affald, 90514000 Affaldsgenvinding
Frist:
24. juni 2025 10:00
Type af frist:
Afgivelse af et tilbuddet
Henrettelsessted:
Sanitation services for RENO Troms, RENO Salten and REVE Agder and Rogaland - three independent sub-contracts (R01642, R01698 and R01699)
Tildelende organ:
Forsvarsbygg
Tildelingsnummer:
2024/2890

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Sanitation services for RENO Troms, RENO Salten and REVE Agder and Rogaland - three independent sub-contracts (R01642, R01698 and R01699)
Description : The Norwegian Defence Estates Agency invites tenderers to submit tenders for a framework agreement for sanitation services for the following independent sub-contracts: Sub-contract 1: The Norwegian Defence Estates Agency, Northern Region, Troms (excluding Harstad with surrounding area), contract number R01642Delkontrakt 2: Forsvarsbygg region nord, Nordland, avtalenummer R01698Delkontrakt 3: Forsvarsbygg region vest, Agder og Rogaland, avtalenummer R01699It is possible to submit a tender for one or several of the sub areas above. Each sub-area will be evaluated individually and treated as separate tenders. This applies to both the qualification requirements and award criteria. The objective of the agreements is to cover the need for waste management, the procurement of waste equipment, the hire of waste equipment, maintenance and repairs of equipment, as well as consultancy services connected to waste management. The assignment also involves taking care of the Contracting Authority's own owned equipment that is used for waste management NB - If tenders are submitted for several sub-contracts, a complete tender (all tender documents) shall be submitted per sub-contract.
Procedure identifier : 5939350b-b783-4b42-9d00-cfad4d1ab5ce
Internal identifier : 2024/2890
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 : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Additional classification ( cpv ): 90514000 Refuse recycling services

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 199 810 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - See the tender documentation.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

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.
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?
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.
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?
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?
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 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : R01642 Sanitation Services Troms
Description : Sanitation services for Troms County (except Harstad with the surrounding area where there is an existing agreement). Main locations: Bardufoss camp, including Blåtind shooting rangeSetermoen camp including. Setermoen shooting rangeSkjold camp, including. Mauken shooting rangeGumpen, SørreisaTromsø with surrounding areaAn expected volume for the Norwegian Defence Estates Agency, Northern Region, Troms County, excl. Harstad and the surrounding area is approx. NOK 16,600,000 excluding VAT per annum. This is expected to be approx. NOK 83,000,000 excluding VAT for five (5) years. The framework agreement ́s announced maximum value is NOK 112,050,000 excluding VAT. This is an upper ceiling, cf. the ECJ ́s decision in C-216/17.
Internal identifier : 2025/3430

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Additional classification ( cpv ): 90514000 Refuse recycling services

5.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 112 050 000 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

5.1.7 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. Minimum qualification requirements Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below.
Criterion : Financial ratio
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements Qualification requirement: Tenderers shall have good finances, which means that the tenderer shall be credit worthy without security. The minimum requirement for credit worthiness is rating A or equivalent. Documentation requirement: Credit rating of the tenderer, not older than six months calculated from the deadline for receipt of tenders. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. The credit rating shall include an assessment of the tenderer's payment history/reliability. NB! If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted for that company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract. Recently established companies that cannot present a relevant credit rating can enclose alternative documentation that states, among other things, accounts/balance, key figures, payment history and payment remarks.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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 Qualification requirement: Tenderers (as a company) shall have relevant experience and competence within deliveries of an equivalent nature included in this contract. Documentation requirement: An overview of the three (3) most important deliveries within sanitation services that the tenderer has carried out in the last five years, together with information on the contract ́s value, date of execution, as well as the name and contact information of the recipient of the services. The Norwegian Defence Estates Agency reserves the right to contact the listed reference persons in order to confirm the assignment. NB! When using sub-suppliers to collectively fulfil the requirement, a separate document must be enclosed for sub-suppliers, as well as completion of ESPD.
Criterion : Number of managerial staff
Description : The tenderer ́s number of employees in the management during the last three years was as follows: Minimum qualification requirements
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements A description of the tools, materials and technical equipment that the tenderer has at its disposal for fulfilment of the contract. Including documentation that the tenderer has/has access to a sufficient number of refuse collection vehicles, containers and other necessary equipment to handle normal operation as well as periodic increases in the amount of waste during exercises, allied training etc. Access to extra equipment shall be described (hire, spare equipment, possibly sub-suppliers).
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements
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 Qualification requirement: Tenderers shall have a good and well-functioning quality assurance system. The quality assurance system shall as a minimum ensure that; a) Compliance with collecting days b) collection units are to be put back into position, c) containers are marked d) doors and doors are to be closed/locked. e) the personnel have uniform and easily identifiable clothing f) games will be picked up g) the renovators will have continuous training in waste logistics/sanitation, working environment, service and environmental knowledge. h) routines for reporting and control are followed. Documentation requirement: A copy of a certificate issued by an independent body confirms that the tenderer fulfils the quality assurance standard NS-EN ISO 9001:2015 or equivalent. In addition a description shall be enclosed that as a minimum examines how the company ensures that: a) Compliance with collecting days b) containers shall be put back into stand-by c) containers will be marked d) doors and doors are to be closed/locked. e) the personnel have uniform and easily identifiable clothing f) games will be picked up g) the renovators will have continual training in the working environment, service and environmental knowledge. h) routines for reporting and control are followed If a tenderer is not certified, documentation shall be given that he has a good and well-functioning quality assurance system.
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 Qualification requirement: Tenderers shall have satisfactory management systems within environmental management that cover the activities included in the agreement. Documentation requirement: Tenderers shall enclose a valid certificate from third party verified systems, e.g. • Eco-lighthouse programme • ISO 14001 • EMAS. Other equivalent environmental management systems can also be accepted, but then after these have been assessed concretely based on the submitted documentation.

5.1.11 Procurement documents

Deadline for requesting additional information : 16/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256633877.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 : 24/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 24/06/2025 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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : See the tender documentation

5.1 Lot technical ID : LOT-0002

Title : R01698 Sanitation services Nordland
Description : The Norwegian Defence Estates Agency, northern region Nordland, comprises the following main locations: Base BodøBodin campReitanOpsjon: DrevjaMosjøenLokasjon Drevja and Mosjøen location are included in an existing framework agreement for the western region, which ceases 27.08.2026, with an option for an extension. These two locations belonged to the former western region, but now belong to the north region, and are included in this framework agreement (R01698) as an option that can come into force from and including 28.08.2026. The expected volume for the Norwegian Defence Estates Agency region north is approx. NOK 5,440,000, excluding VAT per annum due to changed regional borders in the Norwegian Defence Estates Agency. This is expected to be approx. NOK 27,200,000 excluding VAT for five (5 years). Of this the estimated value is option: NOK 220,000 excluding VAT.  per year, which amounts to NOK 880,000 excluding VAT for four (4) years. The framework agreement ́s announced maximum value is NOK 32,640,000 excluding VAT. This is an upper ceiling, cf. the ECJ ́s decision in C-216/17.
Internal identifier : 2025/3432

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Additional classification ( cpv ): 90514000 Refuse recycling services

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 32 640 000 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

5.1.7 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. Minimum qualification requirements Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below.
Criterion : Financial ratio
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements Qualification requirement: Tenderers shall have good finances, which means that the tenderer shall be credit worthy without security. The minimum requirement for credit worthiness is rating A or equivalent. Documentation requirement: Credit rating of the tenderer, not older than six months calculated from the deadline for receipt of tenders. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. The credit rating shall include an assessment of the tenderer's payment history/reliability. NB! If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted for that company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract. Recently established companies that cannot present a relevant credit rating can enclose alternative documentation that states, among other things, accounts/balance, key figures, payment history and payment remarks.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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 Qualification requirement: Tenderers (as a company) shall have relevant experience and competence within deliveries of an equivalent nature included in this contract. Documentation requirement: An overview of the three (3) most important deliveries within sanitation services that the tenderer has carried out in the last five years, together with information on the contract ́s value, date of execution, as well as the name and contact information of the recipient of the services. The Norwegian Defence Estates Agency reserves the right to contact the listed reference persons in order to confirm the assignment. NB! When using sub-suppliers to collectively fulfil the requirement, a separate document must be enclosed for sub-suppliers, as well as completion of ESPD.
Criterion : Number of managerial staff
Description : The tenderer ́s number of employees in the management during the last three years was as follows: Minimum qualification requirements
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements A description of the tools, materials and technical equipment that the tenderer has at its disposal for fulfilment of the contract. Including documentation that the tenderer has/has access to a sufficient number of refuse collection vehicles, containers and other necessary equipment to handle normal operation as well as periodic increases in the amount of waste during exercises, allied training etc. Access to extra equipment shall be described (hire, spare equipment, possibly sub-suppliers).
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements
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 Qualification requirement: Tenderers shall have a good and well-functioning quality assurance system. The quality assurance system shall as a minimum ensure that; a) Compliance with collecting days b) collection units are to be put back into position, c) containers are marked d) doors and doors are to be closed/locked. e) the personnel have uniform and easily identifiable clothing f) games will be picked up g) the renovators will have continuous training in waste logistics/sanitation, working environment, service and environmental knowledge. h) routines for reporting and control are followed. Documentation requirement: A copy of a certificate issued by an independent body confirms that the tenderer fulfils the quality assurance standard NS-EN ISO 9001:2015 or equivalent. In addition a description shall be enclosed that as a minimum examines how the company ensures that: a) Compliance with collecting days b) containers shall be put back into stand-by c) containers will be marked d) doors and doors are to be closed/locked. e) the personnel have uniform and easily identifiable clothing f) games will be picked up g) the renovators will have continual training in the working environment, service and environmental knowledge. h) routines for reporting and control are followed If a tenderer is not certified, documentation shall be given that he has a good and well-functioning quality assurance system.
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 Qualification requirement: Tenderers shall have satisfactory management systems within environmental management that cover the activities included in the agreement. Documentation requirement: Tenderers shall enclose a valid certificate from third party verified systems, e.g. • Eco-lighthouse programme • ISO 14001 • EMAS. Other equivalent environmental management systems can also be accepted, but then after these have been assessed concretely based on the submitted documentation.

5.1.11 Procurement documents

Deadline for requesting additional information : 16/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256633877.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 : 24/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 24/06/2025 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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : See the tender documentation

5.1 Lot technical ID : LOT-0003

Title : R01699 Sanitation Services Agder and Rogaland
Description : The Norwegian Defence Estates Agency Region West, Agder and Rogaland consist of the following main locations: EvjemoenKjevikVatneleirenMadlaleirenHundvåg/UlsnesJåttaSola LandSola SjøHaugesundForventet volume for The Norwegian Defence Estates Agency Region West, Area Agder and Rogaland, is approx. NOK 8,480,000 excluding VAT. This is expected to be approx. NOK 42,400,000 excluding VAT for five (5) years. The framework agreement ́s announced maximum value is NOK 55,120,000 excluding VAT. This is an upper ceiling, cf. the ECJ ́s decision in C-216/17.
Internal identifier : 2025/3433

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Additional classification ( cpv ): 90514000 Refuse recycling services

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 55 120 000 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

5.1.7 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. Minimum qualification requirements Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below.
Criterion : Financial ratio
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements Qualification requirement: Tenderers shall have good finances, which means that the tenderer shall be credit worthy without security. The minimum requirement for credit worthiness is rating A or equivalent. Documentation requirement: Credit rating of the tenderer, not older than six months calculated from the deadline for receipt of tenders. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. The credit rating shall include an assessment of the tenderer's payment history/reliability. NB! If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted for that company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract. Recently established companies that cannot present a relevant credit rating can enclose alternative documentation that states, among other things, accounts/balance, key figures, payment history and payment remarks.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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 Qualification requirement: Tenderers (as a company) shall have relevant experience and competence within deliveries of an equivalent nature included in this contract. Documentation requirement: An overview of the three (3) most important deliveries within sanitation services that the tenderer has carried out in the last five years, together with information on the contract ́s value, date of execution, as well as the name and contact information of the recipient of the services. The Norwegian Defence Estates Agency reserves the right to contact the listed reference persons in order to confirm the assignment. NB! When using sub-suppliers to collectively fulfil the requirement, a separate document must be enclosed for sub-suppliers, as well as completion of ESPD.
Criterion : Number of managerial staff
Description : The tenderer ́s number of employees in the management during the last three years was as follows: Minimum qualification requirements
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements A description of the tools, materials and technical equipment that the tenderer has at its disposal for fulfilment of the contract. Including documentation that the tenderer has/has access to a sufficient number of refuse collection vehicles, containers and other necessary equipment to handle normal operation as well as periodic increases in the amount of waste during exercises, allied training etc. Access to extra equipment shall be described (hire, spare equipment, possibly sub-suppliers).
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements
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 Qualification requirement: Tenderers shall have a good and well-functioning quality assurance system. The quality assurance system shall as a minimum ensure that; a) Compliance with collecting days b) collection units are to be put back into position, c) containers are marked d) doors and doors are to be closed/locked. e) the personnel have uniform and easily identifiable clothing f) games will be picked up g) the renovators will have continuous training in waste logistics/sanitation, working environment, service and environmental knowledge. h) routines for reporting and control are followed. Documentation requirement: A copy of a certificate issued by an independent body confirms that the tenderer fulfils the quality assurance standard NS-EN ISO 9001:2015 or equivalent. In addition a description shall be enclosed that as a minimum examines how the company ensures that: a) Compliance with collecting days b) containers shall be put back into stand-by c) containers will be marked d) doors and doors are to be closed/locked. e) the personnel have uniform and easily identifiable clothing f) games will be picked up g) the renovators will have continual training in the working environment, service and environmental knowledge. h) routines for reporting and control are followed If a tenderer is not certified, documentation shall be given that he has a good and well-functioning quality assurance system.
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 Qualification requirement: Tenderers shall have satisfactory management systems within environmental management that cover the activities included in the agreement. Documentation requirement: Tenderers shall enclose a valid certificate from third party verified systems, e.g. • Eco-lighthouse programme • ISO 14001 • EMAS. Other equivalent environmental management systems can also be accepted, but then after these have been assessed concretely based on the submitted documentation.

5.1.11 Procurement documents

Deadline for requesting additional information : 16/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256633877.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 : 24/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 24/06/2025 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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : See the tender documentation

8. Organisations

8.1 ORG-0001

Official name : Forsvarsbygg
Registration number : 975950662
Postal address : Grev Wedels plass 5
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Kristin Svendsen
Telephone : 46870400
Internet address : http://www.forsvarsbygg.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Town : OSLO
Postcode : 0130
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 351f73a2-68bf-46ca-a1de-658d1848f3ca - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/05/2025 12:31 +00:00
Notice dispatch date (eSender) : 15/05/2025 12:41 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00318195-2025
OJ S issue number : 94/2025
Publication date : 16/05/2025