Procurement - Transport of containers treatment facilities, Attvin, 2024

The aim of the contract is to cover the customers ́needs for transport of containers with sewage sludge and sieve from treatment facilities in Ålesund municipality to Attvin AS. The aim of the contract is to cover the customers ́needs for transport of containers with sewage sludge and sieve from …

CPV: 44613700 Prügikonteinerid, 90000000 Reovee- ja jäätmekõrvaldusteenused, puhastus- ja keskkonnateenused, 90410000 Reovee ärajuhtimisteenused, 90513700 Setteveoteenused, 90500000 Prügi ja jäätmetega seotud teenused, 90510000 Jäätmekõrvaldus- ja käitlusteenused, 90512000 Jäätmeveoteenused, 90513600 Sette-eemaldusteenused
Täitmise koht:
Procurement - Transport of containers treatment facilities, Attvin, 2024
Auhindade andmise asutus:
Ålesund kommune
Auhinna number:
25/796

1. Buyer

1.1 Buyer

Official name : Ålesund kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Procurement - Transport of containers treatment facilities, Attvin, 2024
Description : The aim of the contract is to cover the customers ́needs for transport of containers with sewage sludge and sieve from treatment facilities in Ålesund municipality to Attvin AS.
Procedure identifier : 64a6df42-59f2-47c8-95ed-cc008dc4164a
Previous notice : d9629067-2825-452e-84f8-af025dcd8330-01
Internal identifier : 25/796
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 90410000 Sewage removal services
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513600 Sludge removal services
Additional classification ( cpv ): 90513700 Sludge transport services

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : Participants in the agreement: Ålesund municipality, including municipal companies (KF)

2.1.3 Value

Estimated value excluding VAT : 21 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement - Transport of containers treatment facilities, Attvin, 2024
Description : The aim of the contract is to cover the customers ́needs for transport of containers with sewage sludge and sieve from treatment facilities in Ålesund municipality to Attvin AS.
Internal identifier : 25/796

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 90410000 Sewage removal services
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513600 Sludge removal services
Additional classification ( cpv ): 90513700 Sludge transport services
Options :
Description of the options : Option - waste containers at Åse sewage treatment facility: A waste container of 7 m3 is required to be used for emptying 1 to 2 times per month. Any containers will be hired by the tenderer. Containers must be sealed, have a lid with throw-in possibility and look ok in an otherwise well-maintained and well-run treatment facility. The annual number of trips is estimated to 18.

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : Participants in the agreement: Ålesund municipality, including municipal companies (KF)

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 21 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Orientation: Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. Evaluation: When assessing the price, a hybrid model with break point 1 will be used. The attached template for the evaluation model is attached.  The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Service Quality
Description : Orientation: Service quality is the tenderer ́s ability to carry out the work assignments set in the tender documentation, including understanding of work extent and back-up plans in the event of unforeseen events, as well as holidays and illnesses. Tenderers shall describe the execution of work assignments in accordance with the tender documentation, including: Delivery security (punctuality transport holidays, routines for delivery, response time, emptying) Communication (language etc. with drivers and other employees at the tenderer). HSE routines (Tenderers shall describe their internal HSE routines, based on the delivery of this procurement, such as infection protection and hygiene routines). Capacity (access to vehicles and drivers) Tenderers are asked to enclose their response below.  Evaluation: This award criteria will be assessed based on the Tenderer ́s description of the award criteria. A procurement assessment will be made when evaluating the described system. Best solution will be awarded the highest score (10 scores). Other solutions will be awarded a point score relative to the best solution.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Environment
Description : The contracting authority uses the exclusion provisions in FF § 7-9 fourth paragraph, and has replaced the award criteria in accordance with the second link with climate and environmental requirements in the requirement specification. It is considered clear that this gives a better climate and environmental effect, and this is justified below. Alternatively, requirements are used in the requirement specifications that contribute to reducing environmental emissions and climate footprint. Transport is the element of the procurement that will clearly affect climate and the environment to the greatest degree. The contracting authority ́s assessment is that the market is not quite ready to be awarded for the use of biogas and/or zero emission vehicles.  The contracting authority ́s assessment is that it is appropriate and appropriate to set requirements in the requirement specifications for the procurement and use of zero emission vehicles during the contract period. Nor is there a large selection of other relevant award criteria for the environment that contribute to a good, verifiable and real environmental saving. It is therefore clear that the requirement for the tenderers' procurement and use of at least one biogas and/or zero emission vehicle, as stated in the requirement specification, provides a better climate and environmental effect than using the environment as the award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 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 : Møre og Romsdal tingrett -
Information about review deadlines : In accordance with the tender documentation.
Organisation providing additional information about the procurement procedure : Ålesund kommune -
Organisation signing the contract : Ålesund kommune

6. Results

Value of all contracts awarded in this notice : 21 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Container Consult AS
Tender :
Tender identifier : RA 2025-2031
Identifier of lot or group of lots : LOT-0000
Value of the tender : 2 176 238 Norwegian krone
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : Container Consult AS
Title : Container Consult AS
Date on which the winner was chosen : 14/04/2025
Date of the conclusion of the contract : 24/04/2025
Organisation signing the contract : Ålesund kommune

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Range of tenders :
Value of the lowest admissible tender : 2 176 238 Norwegian krone
Value of the highest admissible tender : 2 176 238 Norwegian krone

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Bente-Kristin Rødland
Telephone : +4770162000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation signing the contract

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Container Consult AS
Size of the economic operator : Medium
Registration number : 958930372
Department : Salg
Postal address : P.Boks 7818 Spjelkavik
Town : Ålesund
Postcode : 6022
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Odd Arve Hansen
Telephone : +4770144570
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000
Notice information
Notice identifier/version : 5c741a9a-20c5-46e2-97a4-3840d1487e4e - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 09/05/2025 11:21 +00:00
Notice dispatch date (eSender) : 09/05/2025 11:34 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00303905-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025