Fuglevik treatment facility - contract M3 - Sludge treatment - biogas

MOVAR IKS shall expand Fuglevik treatment facility (RA) capacity wise for the future and to include sewage water that is now cleaned at Kambo RA, which shall be shut down. MoVAR has also been given a new discharge licence, which requires reduction of both phosphor, nitrogen and organic matter. The …

CPV: 45350000 Installations mécaniques, 31124200 Appareils de commande de générateurs à turbines, 42100000 Machines de production et d'utilisation de la puissance mécanique, 42110000 Turbines et moteurs, 42112300 Turbines à gaz, 42112400 Équipements de turbines, 42112410 Instruments pour turbines, 42113300 Pièces pour turbines à gaz, 42510000 Échangeurs de chaleur, matériel de climatisation et de réfrigération et matériel de filtration, 42511100 Échangeurs de chaleur, 44600000 Citernes, réservoirs, conteneurs; radiateurs et chaudières de chauffage central, 44610000 Citernes, réservoirs, conteneurs et cuves sous pression, 44611000 Citernes, 44611420 Réservoirs à boues, 45000000 Travaux de construction, 45200000 Travaux de construction complète ou partielle et travaux de génie civil, 45232400 Travaux de construction d'égouts, 45232421 Station de traitement des eaux usées, 45252122 Digesteurs de boues, 45252130 Équipement de station d'épuration, 45300000 Travaux d'équipement du bâtiment, 45315200 Travaux relatifs aux turbines, 51130000 Services d'installation de générateurs à vapeur, de turbines, de compresseurs et de brûleurs, 51133000 Services d'installation de turbines, 51133100 Services d'installation de turbines à gaz, 51810000 Services d'installation de citernes
Lieu d'exécution:
Fuglevik treatment facility - contract M3 - Sludge treatment - biogas
Service d'adjudication:
Movar Iks
Numéro d'adjudication:
25/1209

1. Buyer

1.1 Buyer

Official name : Movar Iks
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Fuglevik treatment facility - contract M3 - Sludge treatment - biogas
Description : MOVAR IKS shall expand Fuglevik treatment facility (RA) capacity wise for the future and to include sewage water that is now cleaned at Kambo RA, which shall be shut down. MoVAR has also been given a new discharge licence, which requires reduction of both phosphor, nitrogen and organic matter. The two projects, "New Fuglevik Treatment Facility" and "Transfer Facility", are referred to together as the project "Cleaner Oslofjord". The entire project consists of several contracts. This procurement will be one of the planned total 13 contracts in the project "Nye Fuglevik RA". In the project, one of the contracts (M2) will be carried out as a collaboration contract, whilst the remaining other contracts are planned to be carried out as normal turnkey contracts and execution contracts. This procurement is for Contract M3 - Sludge treatment - biogas and is an execution contract based on NS8405 with special contract provisions, but with elements of engineering design responsibility. This contract M3 includes technical process equipment for hygienicising and stabilising raw sludge and fat from water purification in rotten tanks, where biogas is produced, which shall mainly be used in micro gas turbines for the production of electricity and heating. The main components of the contract include: Sludge-water-sludge heat exchangers with the accompanying CIP system Holding tanks with a heat jacket, new rotten tank and renovation of the existing rotten tank New support heaters for rotten tanks New flare and new gas dome for biogas Fittings for gas houses with gas coolers, New micro gas turbine and moving of the existing turbines Exhaust heat exchanger and charcoal filter/compressor for micro gas turbines The contract implementation is complicated in regards to progress and coordination, with several sub-alterations, since Fuglevik treatment facility shall be in operation during the work. See the attached drawings, documents and description of amounts.
Procedure identifier : 26fb154b-2699-4aaa-8dff-a23a8d666072
Internal identifier : 25/1209
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 31124200 Turbine generator control apparatus
Additional classification ( cpv ): 42100000 Machinery for the production and use of mechanical power
Additional classification ( cpv ): 42110000 Turbines and motors
Additional classification ( cpv ): 42112300 Gas turbines
Additional classification ( cpv ): 42112400 Turbine equipment
Additional classification ( cpv ): 42112410 Turbine instruments
Additional classification ( cpv ): 42113300 Parts of gas turbines
Additional classification ( cpv ): 42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
Additional classification ( cpv ): 42511100 Heat-exchange units
Additional classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 44610000 Tanks, reservoirs, containers and pressure vessels
Additional classification ( cpv ): 44611000 Tanks
Additional classification ( cpv ): 44611420 Sludge-storage tanks
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45232400 Sewer construction work
Additional classification ( cpv ): 45232421 Sewage treatment works
Additional classification ( cpv ): 45252122 Sewage digesters
Additional classification ( cpv ): 45252130 Sewage plant equipment
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45315200 Turbine works
Additional classification ( cpv ): 51130000 Installation services of steam generators, turbines, compressors and burners
Additional classification ( cpv ): 51133000 Installation services of turbines
Additional classification ( cpv ): 51133100 Installation services of gas turbines
Additional classification ( cpv ): 51810000 Installation services of tanks

2.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
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.
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Fuglevik treatment facility - contract M3 - Sludge treatment - biogas
Description : MOVAR IKS shall expand Fuglevik treatment facility (RA) capacity wise for the future and to include sewage water that is now cleaned at Kambo RA, which shall be shut down. MoVAR has also been given a new discharge licence, which requires reduction of both phosphor, nitrogen and organic matter. The two projects, "New Fuglevik Treatment Facility" and "Transfer Facility", are referred to together as the project "Cleaner Oslofjord". The entire project consists of several contracts. This procurement will be one of the planned total 13 contracts in the project "Nye Fuglevik RA". In the project, one of the contracts (M2) will be carried out as a collaboration contract, whilst the remaining other contracts are planned to be carried out as normal turnkey contracts and execution contracts. This procurement is for Contract M3 - Sludge treatment - biogas and is an execution contract based on NS8405 with special contract provisions, but with elements of engineering design responsibility. This contract M3 includes technical process equipment for hygienicising and stabilising raw sludge and fat from water purification in rotten tanks, where biogas is produced, which shall mainly be used in micro gas turbines for the production of electricity and heating. The main components of the contract include: Sludge-water-sludge heat exchangers with the accompanying CIP system Holding tanks with a heat jacket, new rotten tank and renovation of the existing rotten tank New support heaters for rotten tanks New flare and new gas dome for biogas Fittings for gas houses with gas coolers, New micro gas turbine and moving of the existing turbines Exhaust heat exchanger and charcoal filter/compressor for micro gas turbines The contract implementation is complicated in regards to progress and coordination, with several sub-alterations, since Fuglevik treatment facility shall be in operation during the work. See the attached drawings, documents and description of amounts.
Internal identifier : 25/1209

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 31124200 Turbine generator control apparatus
Additional classification ( cpv ): 42100000 Machinery for the production and use of mechanical power
Additional classification ( cpv ): 42110000 Turbines and motors
Additional classification ( cpv ): 42112300 Gas turbines
Additional classification ( cpv ): 42112400 Turbine equipment
Additional classification ( cpv ): 42112410 Turbine instruments
Additional classification ( cpv ): 42113300 Parts of gas turbines
Additional classification ( cpv ): 42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
Additional classification ( cpv ): 42511100 Heat-exchange units
Additional classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 44610000 Tanks, reservoirs, containers and pressure vessels
Additional classification ( cpv ): 44611000 Tanks
Additional classification ( cpv ): 44611420 Sludge-storage tanks
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45232400 Sewer construction work
Additional classification ( cpv ): 45232421 Sewage treatment works
Additional classification ( cpv ): 45252122 Sewage digesters
Additional classification ( cpv ): 45252130 Sewage plant equipment
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45315200 Turbine works
Additional classification ( cpv ): 51130000 Installation services of steam generators, turbines, compressors and burners
Additional classification ( cpv ): 51133000 Installation services of turbines
Additional classification ( cpv ): 51133100 Installation services of gas turbines
Additional classification ( cpv ): 51810000 Installation services of tanks

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Additional information :

5.1.3 Estimated duration

Start date : 01/09/2026
Duration end date : 01/06/2030

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial solidity
Description : See the tender documentation
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : See the tender documentation
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional capacity.
Description : See the tender documentation
Use of this criterion : Used

5.1.11 Procurement documents

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
Deadline for receipt of requests to participate : 19/05/2025 10:00 +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 tender documentation
Financial arrangement : See the tender documentation

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Søndre Østfold tingrett
Organisation providing additional information about the procurement procedure : Movar Iks

8. Organisations

8.1 ORG-0001

Official name : Movar Iks
Registration number : 959272204
Postal address : Tykkemyr 2
Town : Moss
Postcode : 1597
Country : Norway
Contact point : Jørgen Myhre
Telephone : +47 40639860
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Søndre Østfold tingrett
Registration number : 926722808
Town : Fredrikstad
Country : Norway
Telephone : 69 79 77 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : a7b2a3d9-6572-4cc4-8393-32d0b452ddfa - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/04/2025 19:29 +00:00
Notice dispatch date (eSender) : 15/04/2025 14:05 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00250786-2025
OJ S issue number : 76/2025
Publication date : 17/04/2025