KNARVIK SEWAGE TREATMENT PLANT, KNARA E1 MACHINE AND PROCESS

Alver municipality in Vestland shall establish a new treatment facility for treatment of sewage water from Knarvik and nearby areas. The facility shall be established at Kvassneset and constructed as a secondary treatment facility with emissions to Osterfjorden. The facility is dimensioned for 15,000 pe. The purification process shall be …

CPV: 42996000 Machinery for the treatment of sewage, 42996110 Macerators for the treatment of sewage, 45000000 Construction work
Place of execution:
KNARVIK SEWAGE TREATMENT PLANT, KNARA E1 MACHINE AND PROCESS
Awarding body:
Alver kommune
Award number:
643412-01

1. Buyer

1.1 Buyer

Official name : Alver kommune
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : KNARVIK SEWAGE TREATMENT PLANT, KNARA E1 MACHINE AND PROCESS
Description : Alver municipality in Vestland shall establish a new treatment facility for treatment of sewage water from Knarvik and nearby areas. The facility shall be established at Kvassneset and constructed as a secondary treatment facility with emissions to Osterfjorden. The facility is dimensioned for 15,000 pe. The purification process shall be MBBR and flotation, facilitated for chemical felling. In addition complete preliminary treatment and sludge dewatering shall be delivered. The contract also includes machine delivery to the accompanying inlet pump station downstream of the treatment facility. The contracting authority would like tenders from tenderers with the qualifications necessary to fulfil the contract.
Procedure identifier : c700925e-c6bb-4305-b0d2-087a511315f0
Internal identifier : 643412-01
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 42996000 Machinery for the treatment of sewage
Additional classification ( cpv ): 42996110 Macerators for the treatment of sewage

2.1.2 Place of performance

Postal address : Kvassnesvegen 60
Town : Knarvik
Postcode : 5914
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : See the tender documentation

2.1.4 General information

Legal basis :
Directive 2014/25/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? 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 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-0000

Title : KNARVIK SEWAGE TREATMENT PLANT, KNARA E1 MACHINE AND PROCESS
Description : Alver municipality in Vestland shall establish a new treatment facility for treatment of sewage water from Knarvik and nearby areas. The facility shall be established at Kvassneset and constructed as a secondary treatment facility with emissions to Osterfjorden. The facility is dimensioned for 15,000 pe. The purification process shall be MBBR and flotation, facilitated for chemical felling. In addition complete preliminary treatment and sludge dewatering shall be delivered. The contract also includes machine delivery to the accompanying inlet pump station downstream of the treatment facility. The contracting authority would like tenders from tenderers with the qualifications necessary to fulfil the contract.
Internal identifier : 643412-01

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 42996000 Machinery for the treatment of sewage
Additional classification ( cpv ): 42996110 Macerators for the treatment of sewage

5.1.2 Place of performance

Postal address : Kvassnesvegen 60
Town : Knarvik
Postcode : 5914
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : See the tender documentation

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : See the tender documentation. point 3.5
Criterion : Other economic or financial requirements
Description : See the tender documentation
Information about the second stage of a two-stage procedure :
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian

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 : Required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 18/08/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the contract documentation PART 2
Legal form that must be taken by a group of tenderers that is awarded a contract : See the tender documentation DeL1 point 3.6
Financial arrangement : See the tender documentation DeL1 point 1.5.

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Hordaland Tingrett
Information about review deadlines : See the tender documentation
Organisation providing additional information about the procurement procedure : Asplan Viak AS
Organisation receiving requests to participate : Asplan Viak AS
Organisation processing tenders : Asplan Viak AS

8. Organisations

8.1 ORG-0001

Official name : Asplan Viak AS
Registration number : 910 209 205
Postal address : Postboks 24
Town : Sandvika
Postcode : 1337
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Kjetil Krogsrud
Telephone : +47 41799417
Internet address : https://www.asplanviak.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Hordaland Tingrett
Registration number : 935 364 906
Postal address : C.Sundtsgate 42
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55699700
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Alver kommune
Registration number : 874 781 592
Postal address : Radøyvegen 1690
Town : Manger
Postcode : 5936
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 56 37 50 00
Roles of this organisation :
Buyer

Notice information

Notice identifier/version : 0ad969b9-fcab-441d-a342-3621e1a93bdd - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/06/2025 10:39 +00:00
Notice dispatch date (eSender) : 26/06/2025 11:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00418256-2025
OJ S issue number : 121/2025
Publication date : 27/06/2025