Framework agreement for the delivery of biogas with the construction and operation of a filling station.

The contracting authority shall enter into a framework agreement with one tenderer. This supplier shall build and operate a filling station on our site for the delivery of compressed biogas (CBG), which shall be used exclusively by the Contracting Authority's refuse collection vehicles. The procurement includes the following main points: …

CPV: 09000000 Derivados del petróleo, combustibles, electricidad y otras fuentes de energía, 09100000 Combustibles, 09120000 Combustibles gaseosos, 09123000 Gas natural, 45000000 Trabajos de construcción, 45200000 Trabajos generales de construcción de inmuebles y obras de ingeniería civil, 45231220 Construcción de gasoducto, 45255800 Trabajos de construcción de plantas de producción de gas, 71320000 Servicios de diseño técnico
Plazo:
23 de mayo de 2025 a las 14:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for the delivery of biogas with the construction and operation of a filling station.
Organismo adjudicador:
RENOVASJONSSELSKAPET FOR DRAMMENSREGIONEN IKS
Número de premio:
RfD - 010

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 : Framework agreement for the delivery of biogas with the construction and operation of a filling station.
Description : The contracting authority shall enter into a framework agreement with one tenderer. This supplier shall build and operate a filling station on our site for the delivery of compressed biogas (CBG), which shall be used exclusively by the Contracting Authority's refuse collection vehicles. The procurement includes the following main points: 1 Delivery of compressed biogas: The tenderer shall ensure continual supply of biogas in accordance with the contracting authority ́s needs. The biogas shall be transported and stored using flakes that the tenderer owns and maintains.2 Establishment of a filling station: The tenderer shall build a filling station facility. Quick filling (solid-fill) via compressor and dispenser. Slow filling (slow-fill) with parking places for refuse collection vehicles. Infrastructure for safe storage and handling of flakes with biogas shall be established.3 Operation and maintenance: The tenderer is responsible for the operation, maintenance and insurance of the plant for the entire contract period. Service agreements shall be signed to ensure continual functionality and security. At the end of the contract, the plant shall be transferred free of charge to the contracting authority, with a registered mortgage right that ensures the contracting authority's ownership.4 Exclusive use: The installation shall only be used by the contracting authority, and it is not allowed to sell biogas to private or other actors.5 Security requirements: The installation must be in accordance with the current regulations, including ATEX directives and Norsk Gassnorm.Security distances, risk handling and technical barriers shall be implemented based on previous. risk assessments. It is the requirement specification that applies, the extract above is only meant as an introduction.
Procedure identifier : 11fe8920-bd2c-4907-bbe9-da6921707a84
Internal identifier : RfD - 010
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out in accordance with the Public Procurement Act dated 17 June 2016 (LOA) and the public procurement regulations (FOA) parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1 (1). Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations § 24-8(1) b. The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties etc., which must not be considered insignificant, cf. Regulations § 24-8(2) a.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09120000 Gaseous fuels
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09123000 Natural gas
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45231220 Construction work for gas pipelines
Additional classification ( cpv ): 45255800 Gas-production plant construction work
Additional classification ( cpv ): 71320000 Engineering design services

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.2 Place of performance

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

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 70 000 000 Norwegian krone
Maximum value of the framework agreement : 70 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The notice will be held after the open tender contest procedure and there are no limits in the choice of this procedure.
Anskaffelsesforskriften - The notice will be held after the open tender contest procedure and there are no limits in the choice of this procedure.

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.
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for the delivery of biogas with the construction and operation of a filling station.
Description : The contracting authority shall enter into a framework agreement with one tenderer. This supplier shall build and operate a filling station on our site for the delivery of compressed biogas (CBG), which shall be used exclusively by the Contracting Authority's refuse collection vehicles. The procurement includes the following main points: 1 Delivery of compressed biogas: The tenderer shall ensure continual supply of biogas in accordance with the contracting authority ́s needs. The biogas shall be transported and stored using flakes that the tenderer owns and maintains.2 Establishment of a filling station: The tenderer shall build a filling station facility. Quick filling (solid-fill) via compressor and dispenser. Slow filling (slow-fill) with parking places for refuse collection vehicles. Infrastructure for safe storage and handling of flakes with biogas shall be established.3 Operation and maintenance: The tenderer is responsible for the operation, maintenance and insurance of the plant for the entire contract period. Service agreements shall be signed to ensure continual functionality and security. At the end of the contract, the plant shall be transferred free of charge to the contracting authority, with a registered mortgage right that ensures the contracting authority's ownership.4 Exclusive use: The installation shall only be used by the contracting authority, and it is not allowed to sell biogas to private or other actors.5 Security requirements: The installation must be in accordance with the current regulations, including ATEX directives and Norsk Gassnorm.Security distances, risk handling and technical barriers shall be implemented based on previous. risk assessments. It is the requirement specification that applies, the extract above is only meant as an introduction.
Internal identifier : RfD - 010

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09120000 Gaseous fuels
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09123000 Natural gas
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45231220 Construction work for gas pipelines
Additional classification ( cpv ): 45255800 Gas-production plant construction work
Additional classification ( cpv ): 71320000 Engineering design services

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 84 Month

5.1.5 Value

Estimated value excluding VAT : 70 000 000 Norwegian krone
Maximum value of the framework agreement : 70 000 000 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 The company must have sufficient economic and financial capacity to implement the assignment. When assessing what is seen as sufficient economic and financial capacity for each assignment, emphasis will be put on the assignment ́s values, benefits, risks and duration. All the received and any obtained information will form the basis for an overall assessment of whether the qualification requirement is fulfilled. Documentation requirement: Documentation requirement for Norwegian companies: The contracting authority will check the company ́s financial situation itself from DFØ's eBevis and Proff Forvalt ( www.forvalt.no). (companies that have delivered accounts to the Brønnøysund Register Centre are registered through Proff Forvalt) Foreign companies: The company ́s last two auditor approved annual accounts. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be provided. If one company will use the capacity of other companies to fulfil the requirements for economic and financial capacity, the contracting authority requires that they are joint and severally responsible for the execution of the contract. If a tenderer cannot present the above mentioned documentation, or would like to document that it gives a misleading picture of his financial situation, he shall prove his economic and financial position by using any other document of relevance to the company's fiscal figures/finances. Tenderers shall in particular justify why the requested documentation possibly cannot be delivered or gives a misleading picture.

5.1.11 Procurement documents

Deadline for requesting additional information : 10/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254549296.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 : 23/05/2025 14:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 23/05/2025 14:00 +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
Justification for the duration of the framework agreement : In order to ensure an overall delivery of biogas, filling station and operation of the filling station, it is important that it is a long duration to ensure a comprehensive solution.
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 -
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
Town : Drammen
Postcode : 3001
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 : 826726342
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Telephone : 3221160
Roles of this organisation :
Review organisation
Mediation organisation

10. Change

Version of the previous notice to be changed : 39907ffc-cb15-4d3c-98fd-3765c82f027d-01
Main reason for change : Information updated

10.1 Change

Section identifier : ORG-0002

10.1 Change

Section identifier : ORG-0003

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : febfcabf-2c07-4986-b9e9-93ad16d0e95b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/05/2025 07:06 +00:00
Notice dispatch date (eSender) : 09/05/2025 07:32 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00303329-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025