A25SU - Sanitation services and container hire

Sola municipality invites tenderers to an open tender contest for a framework agreement for sanitation services and container hire. The contract is for the handling of household-like business waste from the municipality ́s entities, as well as an option for ad hoc hire of containers. The agreement comprises, as a …

CPV: 44613700 Abfallsammelbehälter, 90000000 Abwasser- und Abfallbeseitigungs-, Reinigungs- und Umweltschutzdienste, 90500000 Dienstleistungen im Zusammenhang mit Siedlungs- und anderen Abfällen, 90512000 Transport von Haushaltsabfällen, 90513000 Behandlung und Beseitigung ungefährlicher Siedlungs- und anderer Abfälle
Frist:
23. Juni 2025 10:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
A25SU - Sanitation services and container hire
Vergabestelle:
Sola kommune
Vergabenummer:
23/2558

1. Buyer

1.1 Buyer

Official name : Sola kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Sola kirkelige fellesråd
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : A25SU - Sanitation services and container hire
Description : Sola municipality invites tenderers to an open tender contest for a framework agreement for sanitation services and container hire. The contract is for the handling of household-like business waste from the municipality ́s entities, as well as an option for ad hoc hire of containers. The agreement comprises, as a starting point, waste containers placed on top of the ground. The contracting authority has included an option for handling buried containers.
Procedure identifier : ad288c9c-3ffa-4930-bb57-785e04a4d122
Internal identifier : 23/2558
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 ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 35 000 000 Norwegian krone
Maximum value of the framework agreement : 35 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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?
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?
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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Is the tenderer 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 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 all of his tax and duty obligations in both the country where 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 : Has the tenderer's business conduct been stopped?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : A25SU - Sanitation services and container hire
Description : Sola municipality invites tenderers to an open tender contest for a framework agreement for sanitation services and container hire. The contract is for the handling of household-like business waste from the municipality ́s entities, as well as an option for ad hoc hire of containers. The agreement comprises, as a starting point, waste containers placed on top of the ground. The contracting authority has included an option for handling buried containers.
Internal identifier : 23/2558

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 01/09/2025
Duration end date : 31/08/2030

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 35 000 000 Norwegian krone
Maximum value of the framework agreement : 35 000 000 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Financial ratio
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Criterion : References on specified services
Description : Tenderers shall have sufficient experience from comparable contracts.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have a well-functioning quality assurance system for services that shall be provided.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have a well-functioning environmental management system that ensures compliance with environmental requirements set for services that shall be provided.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Lowest price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment
Description : Percentage fossile/emission free vehicles utilized throughout the contract period.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 11/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=58856

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 : Allowed
Deadline for receipt of tenders : 23/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 23/06/2025 10:01 +00:00
Place : Sun
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
Justification for the duration of the framework agreement : The duration of the agreement follows the duration of the contract for fixed assignments included in the contract. The contract period is stated in NS 9430 General contract terms on periodical collection of waste. According to the Public Procurement Regulations § 19-1 (1) the last sentence, the contracting authority shall, as a main rule, use negotiated and balanced contract standards where available. Standard agreement length in the industry. The costs of investments in order to scale the capacity to handle the assignment, entry period etc. are due to major costs.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett -
Information about review deadlines : The waiting period, 10 days, cf. the Public Procurement Regulations § 25-2.
Organisation providing more information on the review procedures : Sør-Rogaland tingrett -

8. Organisations

8.1 ORG-0001

Official name : Sola kommune
Registration number : 948 243 113
Department : Økonomiavdelingen
Postal address : Postboks 99
Town : Sola
Postcode : 4097
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Anders Gaalaas Vardeberg
Telephone : +47 51 65 33 00
Internet address : http://www.sola.kommune.no
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Postal address : Postboks 159
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Sola kirkelige fellesråd
Registration number : 976993691
Town : Sola
Postcode : 4097
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 92808187
Roles of this organisation :
Buyer
Notice information
Notice identifier/version : 9dde2662-5e56-44e7-ac10-741e857870c2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/05/2025 07:01 +00:00
Notice dispatch date (eSender) : 21/05/2025 07:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00331905-2025
OJ S issue number : 98/2025
Publication date : 22/05/2025