Procurement of a framework agreement for waste management services.

Haugaland Kraft, including Haugaland Kraft AS, Haugaland Kraft Energi AS, Haugaland Kraft Fibre AS, Fagne AS, Endra AS and Havnekraft AS (hereafter also called the "Contracting Authority") invites tenderers to participate in a competition for a framework agreement for waste management services. See the attached requirement specifications and other annexes …

CPV: 90500000 Refuse and waste related services, 44613700 Refuse skips, 79723000 Waste analysis services, 90510000 Refuse disposal and treatment, 90511000 Refuse collection services, 90512000 Refuse transport services
Place of execution:
Procurement of a framework agreement for waste management services.
Awarding body:
Haugaland Kraft AS
Award number:
20504-11

1. Buyer

1.1 Buyer

Official name : Haugaland Kraft AS
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Haugaland Kraft Energi AS
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Haugaland Kraft Fiber AS
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Fagne AS
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Endra AS
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Havnekraft AS
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Procurement of a framework agreement for waste management services.
Description : Haugaland Kraft, including Haugaland Kraft AS, Haugaland Kraft Energi AS, Haugaland Kraft Fibre AS, Fagne AS, Endra AS and Havnekraft AS (hereafter also called the "Contracting Authority") invites tenderers to participate in a competition for a framework agreement for waste management services. See the attached requirement specifications and other annexes to the tender documentation for further information on the requirements for waste management services.
Procedure identifier : 20421b9a-d8e2-4137-b202-fa5a66741ed8
Internal identifier : 20504-11
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : Haugaland Kraft, including Haugaland Kraft AS, Haugaland Kraft Energi AS, Haugaland Kraft Fibre AS, Fagne AS, Endra AS and Havnekraft AS (hereafter also called the "Contracting Authority") invites tenderers to participate in a competition for a framework agreement for waste management services. See the attached requirement specifications and other annexes to the tender documentation for further information on the requirements for waste management services. The framework agreement for waste management services shall apply for three (3) years from when the contract is signed. The contracting authority has an option to extend the contract for a further 2 years + 2 years + 1 year. The estimated value is between NOK 9,500,000 excluding VAT and NOK 15,000,000 excluding VAT including all the options. The contracting authority has no purchasing obligation for any concrete volume or any specified value as it depends on the contracting authority ́s needs and call-offs. It is informed that the contracting authority has several parallel agreements with different tenderers for waste management and that, as a main rule, they have three months notice period. The start-up of the call-off service covered by such contracts will only be done when the associated existing contract has expired. This can mean that the contracting authority will gradually call-offs on these services. The procurement shall be carried out in accordance with the procurement procedure 'negotiated procedure after a prior notice' in accordance with the utilities regulations § 9-1 (1).

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 ): 79723000 Waste analysis services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone
Maximum value of the framework agreement : 15 000 000 Norwegian krone

2.1.4 General information

Additional information : See the tender documentation.
Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - The procurement is regulated by the Procurement Act and the Utilities Regulations part 1 and part 2.

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-0000

Title : Procurement of a framework agreement for waste management services.
Description : Haugaland Kraft, including Haugaland Kraft AS, Haugaland Kraft Energi AS, Haugaland Kraft Fibre AS, Fagne AS, Endra AS and Havnekraft AS (hereafter also called the "Contracting Authority") invites tenderers to participate in a competition for a framework agreement for waste management services. See the attached requirement specifications and other annexes to the tender documentation for further information on the requirements for waste management services.
Internal identifier : 20504-11

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 ): 79723000 Waste analysis services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Options :
Description of the options : The framework agreement for waste management services shall apply for three (3) years from signing of the contract. The contracting authority has the option to extend the The contract period is 2 years + 2 years + 1 year.

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 96 Month

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The contracting authority has an option for the framework agreement to extend The contract period is 2 years + 2 years + 1 year.

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone
Maximum value of the framework agreement : 15 000 000 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) : yes
Additional information : See the tender documentation.

5.1.7 Strategic procurement

Green Procurement Criteria : Other Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Qualification requirement: Tenderers shall be legally registered. Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Certificate of registration in a company register, professional register or a commerce register as determined by legislation in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Qualification requirement: Tenderers must have the financial capacity to fulfil the contract. Documentation requirement: Annual Financial Statements including annual report and auditor's report for the last three fiscal years. The contracting authority reserves the right to obtain credit ratings.
Criterion : References on specified services
Description : Qualification requirement: Tenderers are required to have experience with waste management for a minimum of one year altogether in the last three years. Documentation requirement: A list with an overview of the company ́s minimum 1 year implementation of waste management services. The list shall include information on recipients, a description of the deliveries, the deliveries ́ value and contact details for reference persons (including e-mails) together with information on the date of execution. State for each delivery if the tenderer was responsible for waste management. The contracting authority reserves the right to contact the reference persons for written verification of the information, but is not obliged to do so. It is the tenderer ́s responsibility to document relevance through the description.
Criterion : Measures for ensuring quality
Description : Qualification requirement: Tenderers shall have a sufficient quality assurance/management system to fulfil the contract in a satisfactory manner. Documentation requirement: Certificate issued by an independent body that documents that the tenderer is certified in accordance with ISO 9001 or equivalent standards will be seen as sufficient but not necessary to meet the requirement. The independent body that issued the certificate must be accredited by the Norwegian accreditation or equivalent body in another EEA country. If a tenderer does not have such a third-party certified quality assurance/management system, the tenderer shall provide a description of the quality assurance/management system and documented aims. The description shall discuss routines and measures that are implemented during waste management, for example, the routine for handling deviations. See further details on the documentation requirement in the tender documentation point 3.3.3 in the tender documentation.
Criterion : Environmental management measures
Description : Qualification requirement: Tenderers shall have a sufficient environmental management system to fulfil the contract in a way that takes into account the environment. Documentation requirement: Certificate issued by an independent body that documents that the tenderer is certified in accordance with ISO 14001, EMAS. (EU Eco-Management and Audit Scheme), Eco-Lighthouse or equivalent will be seen as sufficient but not necessary to meet the requirement. The independent body that issued the certificate must be accredited by the Norwegian Accreditation or equivalent body in another EEA country. If the tenderer does not have such a third-party certified milljø management system, the tenderer shall provide a description of their environmental management system and documented targets. The description shall show what routines and measures are implemented during the execution of the contractual obligations. See further details on the documentation requirement in the tender documentation point 3.3.3 in 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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Sum for the evaluation in accordance with the price form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 55
Criterion :
Type : Quality
Name : Environment
Description : How well the tenderer shall handle waste in accordance with the Waste Pyramid (The waste pyramid is attached to the tender documentation).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Offered consultants ́ qualifications
Description : The offered consultants ́ qualifications to consult on waste handling processes.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/263790025.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Security clearance is required
Description : Security clearance could be required if employees at the tenderer or sub-suppliers shall have access to areas that provide access to power sensitive information.
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 23/09/2025 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : If documentation is missing, the contracting authority will assess whether the tenderer shall receive requested documentation. The contracting authority is not obliged to request an envoy. The procurement regulations include limitations on what the contracting authority can request received. Tenderers who do not submit the requested documentation risk being rejected.
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 tender documentation and annexes
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : A confidentiality statement can be relevant if employees at the tenderer or sub-suppliers shall have access to areas that provide access to power sensitive information. Tenderers must sign an information security agreement that is attached to the tender documentation.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the framework agreement document that is attached to the tender documentation.

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

Review organisation : Haugaland og Sunnhordland tingrett
Information about review deadlines : In accordance with the Utilities Regulations § 16-5, the Contracting Authority sets a deadline of 15 days to. petition for a temporary injunction against decisions to reject a request to participate in competition or not select a tenderer.
Organisation providing additional information about the procurement procedure : Haugaland Kraft AS
Organisation receiving requests to participate : Haugaland Kraft AS

8. Organisations

8.1 ORG-0001

Official name : Haugaland Kraft AS
Registration number : 915636756
Postal address : Haukelivegen 25
Town : Haugesund
Postcode : 5504
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Christian Bergquist
Telephone : +47 52707262
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Haugaland Kraft Energi AS
Registration number : 915635903
Town : Haugesund
Postcode : 5504
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : +47 52707262
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Haugaland Kraft Fiber AS
Registration number : 915635881
Town : Haugesund
Postcode : 5504
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : +47 52 70 72 62
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Fagne AS
Registration number : 915635857
Town : Haugesund
Postcode : 5504
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : +47 52 70 72 62
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Endra AS
Registration number : 929347560
Town : Haugesund
Postcode : 5504
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : +47 52 70 72 62
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Havnekraft AS
Registration number : 924867698
Town : Haugesund
Postcode : 5504
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : +47 52707262
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Haugaland og Sunnhordland tingrett
Registration number : 926723405
Town : Haugesund
Postcode : 5501
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : f7e8cd92-fe73-4e7c-94d5-369219f9f482 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/08/2025 14:18 +00:00
Notice dispatch date (eSender) : 22/08/2025 14:18 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00554885-2025
OJ S issue number : 162/2025
Publication date : 26/08/2025