Compressed biogas (CBG) as fuel for RIR Transport

The delivery of biogas (CBG) for use on the contracting authority ́s refuse collection vehicles to the tenderer ́s pumping facility in Årødalen, or in the central part of Molde town. The delivery of biogas (CBG) for use on the contracting authority ́s refuse collection vehicles to the tenderer ́s …

CPV: 09000000 Petroleum products, fuel, electricity and other sources of energy, 09120000 Gaseous fuels, 09123000 Natural gas, 09134230 Biodiesel, 24000000 Chemical products
spriocdháta:
Lún. 29, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Compressed biogas (CBG) as fuel for RIR Transport
clárlann:
RIR Transport AS
uimhir dámhachtana:
752

1. Buyer

1.1 Buyer

Official name : RIR Transport AS
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Compressed biogas (CBG) as fuel for RIR Transport
Description : The delivery of biogas (CBG) for use on the contracting authority ́s refuse collection vehicles to the tenderer ́s pumping facility in Årødalen, or in the central part of Molde town.
Procedure identifier : e789a07c-0274-4892-aed9-6d783e193fd1
Internal identifier : 752
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The delivery of biogas (CBG) for use on the contracting authority ́s refuse collection vehicles to the tenderer ́s pumping facility in Årødalen, or in the central part of Molde town. The estimated amount is 86,000 kg/annum for the operation of 7 refuse collection vehicles. Start up from 01.10.26, or from another agreed date.

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 ): 09123000 Natural gas
Additional classification ( cpv ): 09134230 Biodiesel
Additional classification ( cpv ): 24000000 Chemical products

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.3 Value

Maximum value of the framework agreement : 30 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - 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 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 : Compressed biogas (CBG) as fuel for RIR Transport
Description : The delivery of biogas (CBG) for use on the contracting authority ́s refuse collection vehicles to the tenderer ́s pumping facility in Årødalen, or in the central part of Molde town.
Internal identifier : 752

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 ): 09123000 Natural gas
Additional classification ( cpv ): 09134230 Biodiesel
Additional classification ( cpv ): 24000000 Chemical products
Options :
Description of the options : Unilateral option for the contracting authority for 1 year extension.

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 84 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Unilateral option for the contracting authority for 1 year extension.

5.1.5 Value

Maximum value of the framework agreement : 30 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price, calculated from the following: -The tender sum stated in Annex 3, price form 2.1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Quality and security of deliveries
Description : Quality and security of delivery as assessed as follows: - Delivery security, including tank systems, procedures for signals/dialogues, in addition to the stand-by/response time.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Climate and environment
Description : Climate and Environment, based on an assessment of the following: - Climate gas emissions from transport based on a total assessment of how the tenderer commits himself in regard to transport distances, transport methods/loading capacity and fuel, where it is the transport stage from the production place and to the tenderer's pumping installations as assessed (25%), -Binding measures beyond the minimum requirements for providing the service outside the transport stage mentioned above, which provide reduced greenhouse gas emissions, whether this is at production facilities, pump installations, or other measures (5 %).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 21/08/2025 21:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/261469137.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
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 29/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 29/08/2025 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 : 10
Justification for the duration of the framework agreement : The contracting authority has assessed that there are special conditions that give the contracting authority the possibility to enter into a framework agreement for a longer duration than four years, cf. The Public Procurement Regulations § 26-1 (4). The costs for the construction of the filling station are large, and it is necessary that the supplier of the station is also responsible for the operation during the same period. The contracting authority shall also procure seven years of the depreciation period for the vehicles that the contracting authority shall procure and that shall use biogas as fuel.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Nordmøre og Romsdal tingrett
Information about review deadlines : There will be a waiting period of minimum 10 calendar days calculated from the date the notification of the award is sent electronically.
Organisation providing additional information about the procurement procedure : Damhaug Consulting AS
Organisation providing offline access to the procurement documents : Damhaug Consulting AS
Organisation receiving requests to participate : Damhaug Consulting AS
Organisation processing tenders : Damhaug Consulting AS

8. Organisations

8.1 ORG-0001

Official name : Damhaug Consulting AS
Registration number : 820851382
Postal address : Torggata 52
Town : HAMAR
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Reidar Seim
Internet address : http://www.d-consult.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : RIR Transport AS
Registration number : 919546018
Postal address : Årøsetervegen 56
Town : MOLDE
Postcode : 6422
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Finn Håkon Stølen
Email : rir@rir.no
Telephone : +47 71213450
Internet address : https://www.rir.no
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Nordmøre og Romsdal tingrett
Registration number : 935365120
Town : Molde
Postcode : 6404
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : fa7281d0-07b0-48e9-be46-9324788edf19 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/07/2025 11:53 +00:00
Notice dispatch date (eSender) : 10/07/2025 13:41 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00455951-2025
OJ S issue number : 132/2025
Publication date : 14/07/2025