Plastic bags for food waste and plastic sacks - Framework agreement

The objective of the procurement is to enter into a contract with a tenderer for the procurement of bags and sacks for collecting household waste. RfD will procure bags and sacks as call-offs over the contract five to seven times per year. The contract will include the delivery of the …

CPV: 19000000 Leather and textile fabrics, plastic and rubber materials, 19600000 Leather, textile, rubber and plastic waste, 19640000 Polythene waste and refuse sacks and bags
Deadline:
Aug. 20, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Plastic bags for food waste and plastic sacks - Framework agreement
Awarding body:
RENOVASJONSSELSKAPET FOR DRAMMENSREGIONEN IKS
Award number:
25-127

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Plastic bags for food waste and plastic sacks - Framework agreement
Description : The objective of the procurement is to enter into a contract with a tenderer for the procurement of bags and sacks for collecting household waste. RfD will procure bags and sacks as call-offs over the contract five to seven times per year. The contract will include the delivery of the following products: Bags for collecting food waste Sacks for collecting plastic packaging (at households) All bags and sacks shall be delivered in plastic material according to further specifications stated in the requirement specification. The following products are included as options in the competition: Sacks for collecting residue waste (extra sacks)Plastic sacks for collecting plastic foil (400 L) (at the recycling stations)Unit prices shall be given on the options, but they will not be evaluated in the competition. The unit prices will be binding during the agreement period. The price form provides an overview of the estimated annual need for each type of bag.
Procedure identifier : 69fcef02-5a45-4efc-a0fd-8194625e78e6
Internal identifier : 25-127
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Public Procurement Act LOV-2016-06-17-73 and the Public Procurement Regulations (Procurement Regulations) FOR 2016-08-12-974, part III. The contract will be awarded in accordance with the open tender contest procedure, cf. the procurement regulations § 13-1(1).   Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired.  The contracting authority reserves the right, however, to clarify possible errors and uncertainties in the submitted tender.  Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the procurement regulations § 24-8(1) b. The contracting authority can also reject tenders that include deviations from the procurement documents, uncertainties or similar that must not be considered insignificant, cf. the regulations § 24-8(2) a.  Only tenderers who fulfil the qualification requirements will have their tenders evaluated.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 19640000 Polythene waste and refuse sacks and bags
Additional classification ( cpv ): 19000000 Leather and textile fabrics, plastic and rubber materials
Additional classification ( cpv ): 19600000 Leather, textile, rubber and plastic waste

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 25 000 000 Norwegian krone
Maximum value of the framework agreement : 25 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Open tender contest is always allowed, in accordance with the procurement regulations.

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 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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Plastic bags for food waste and plastic sacks - Framework agreement
Description : The objective of the procurement is to enter into a contract with a tenderer for the procurement of bags and sacks for collecting household waste. RfD will procure bags and sacks as call-offs over the contract five to seven times per year. The contract will include the delivery of the following products: Bags for collecting food waste Sacks for collecting plastic packaging (at households) All bags and sacks shall be delivered in plastic material according to further specifications stated in the requirement specification. The following products are included as options in the competition: Sacks for collecting residue waste (extra sacks)Plastic sacks for collecting plastic foil (400 L) (at the recycling stations)Unit prices shall be given on the options, but they will not be evaluated in the competition. The unit prices will be binding during the agreement period. The price form provides an overview of the estimated annual need for each type of bag.
Internal identifier : 25-127

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 19640000 Polythene waste and refuse sacks and bags
Additional classification ( cpv ): 19000000 Leather and textile fabrics, plastic and rubber materials
Additional classification ( cpv ): 19600000 Leather, textile, rubber and plastic waste

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 25 000 000 Norwegian krone
Maximum value of the framework agreement : 25 000 000 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 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.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirement: Credit rating based on the last approved accounting figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The description of the scale used in the assessment with the accompanying goal achievement must be included in the evaluation. If there have been events of accounting significance, which have taken place after the publication of the last revised annual accounts, the tenderer must provide an overview of this. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can account for this reason and document his economic and financial capacity by presenting any other document that the contracting authority deems suitable. Foreign tenderers can enclose a credit rating from their home country from an approved credit rating agency.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important 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 Tenderers shall have experience from comparable contracts. Documentation requirement: Description of the tenderer's three most relevant contracts in the course of the last 3 years. The description must include a statement of the assignment ́s value, contract period and contracting authority (name of the gender neutral preferred, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description.
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 well-functioning quality system that fulfils central elements in ISO 9001 or equivalent. Documentation requirement: Certification for the standard. If a tenderer is not certified in accordance with ISO, other documentation will be presented that the contracting authority can approve and which confirms that the requirement is met. The documentation shall show that the quality and environmental management system is implemented in the organisation and functions as a living management system. The documentation shall have a maximum of 8 pages. Foreign tenderers must enclose documentation that they fulfil equivalent requirements.
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 Tenderers shall have a good and well-functioning environmental management system that fulfils central elements in ISO 14001 or equivalent. Documentation requirement: Certification for the standard. If a tenderer is not certified in accordance with ISO, other documentation will be presented that the contracting authority can approve and which confirms that the requirement is met. The documentation shall show that the quality and environmental management system is implemented in the organisation and functions as a living management system. The documentation shall have a maximum of 8 pages. Foreign tenderers must enclose documentation that they fulfil equivalent requirements.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/08/2025 14:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259928760.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 : 20/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 20/08/2025 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 : no
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

5.1.16 Further information, mediation and review

Mediation organisation : Buskerud tingrett -
Review organisation : Buskerud tingrett -
Information about review deadlines : In accordance with the procurement regulations.
Organisation providing more information on the review procedures : HRP AS -

8. Organisations

8.1 ORG-0001

Official name : HRP AS
Registration number : 988889245
Postal address : Dronning Eufemias Gate 16
Town : OSLO
Postcode : 0190
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Snorre Nøstdahl
Telephone : +47 92887860
Fax : +47
Internet address : https://www.hrpas.no
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : RENOVASJONSSELSKAPET FOR DRAMMENSREGIONEN IKS
Registration number : 984459947
Postal address : Grønland 1
Town : Drammen
Postcode : 3045
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Peter Gjefle
Telephone : 45976253
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Buskerud tingrett
Registration number : 935364752
Postal address : postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Telephone : 3221
Roles of this organisation :
Review organisation
Mediation organisation
Notice information
Notice identifier/version : 5258a812-99ff-448e-a0ef-e956be01320d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/06/2025 06:20 +00:00
Notice dispatch date (eSender) : 23/06/2025 06:20 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00408343-2025
OJ S issue number : 119/2025
Publication date : 25/06/2025