Reception, treatment and transport of waste from IRIS Service AS

The contracts are for transport, reception and final treatment of the waste that is collected by the company. The following divisions are in sub-contracts, which are further described in annex 1 and Annex 3: Sub-contract 1: Collection from the environmental square, reception and treatment of smallkolli hazardous waste. Sub-contract 2: …

CPV: 90510000 Refuse disposal and treatment, 90511000 Refuse collection services, 90512000 Refuse transport services, 90513000 Non-hazardous refuse and waste treatment and disposal services
spriocdháta:
Meith. 25, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Reception, treatment and transport of waste from IRIS Service AS
clárlann:
Iris Service AS
uimhir dámhachtana:
717

1. Buyer

1.1 Buyer

Official name : Iris Service AS
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Reception, treatment and transport of waste from IRIS Service AS
Description : The contracts are for transport, reception and final treatment of the waste that is collected by the company. The following divisions are in sub-contracts, which are further described in annex 1 and Annex 3: Sub-contract 1: Collection from the environmental square, reception and treatment of smallkolli hazardous waste. Sub-contract 2: Receipt and treatment of mixed wood and impregnated wood from the Environment Squares Fauske, Vensmoen and Reipå.Sub-contract 3: Receipt and treatment of all landfill products, from all environmental squares, except Vikan.Sub-contract 4: Transport, reception and treatment of waste from Miljøtorg Vikan.Sub-contract 5: Receipt and treatment of fractions from the Environmental Squares, except the fractions that are included in the five other sub-contracts. Sub-contract 6: Receipt and treatment of the contracting authority ́s self-management collection, i.e. residue waste, food waste, mixed paper, household plastic and glass and metal packaging. Equivalent fractions from the 3 reloading stations are included. The duration of each sub-contract is in annex 1, but the estimated amount and type of fractions in each sub-contract are stated in annex 3.
Procedure identifier : 4181f90c-1561-48e4-a269-b93404cdc67f
Internal identifier : 717
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The contracts are for transport, reception and final treatment of the waste that is collected by the company.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 6
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 6

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-0001

Title : Contract 1
Description : Collection from environmental squares, reception and treatment of small coli hazardous waste, as well as various other products/small collages, approx. 600 tons/annum.
Internal identifier : 717-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Options :
Description of the options : Unilateral option for the contracting authority for an extension of 1+1 year.

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Unilateral option for the contracting authority for an extension of 1+1 year.

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional 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. Minimum qualification requirements The tenderer shall be a legally established company. Documentation: Company Registration Certificate. Foreign tenderers must submit an equivalent certificate from the register of business enterprises in the country where the company is established.
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 Tenderers must have the financial capacity to fulfil the contract, including credit worthy, or in another way document satisfactory financial capacity. Documentation: Presentation of the company's Annual Financial Statements (last Annual Report to the Brønnøysund Register Centre, including the auditor's report). Credit rating carried out by a publicly certified credit rating institution, not older than three months, at least credit worthy. If the tenderer does not fulfil the above mentioned documentation requirements, other documentation that the contracting authority finds suitable for documenting the economic and financial capacity will be accepted, such as a parent company guarantee or other guarantee/security.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have relevant experience and competence from equivalent assignments, as well as access to satisfactory capacity to fulfil the contract. Documentation: An account of relevant assignments in the last 3 years. The account shall include a description of the assignment, contracting authority, value, date, name and contact data of a gender neutral preferred. Signed confirmation from any sub-suppliers intended to be used, c.f. the tender documentation. These sub-contractors shall also submit ESPD forms.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Tenderers shall have a satisfactory quality management system that is certified in accordance with ISO 9001, or have an equivalent extent, cf. NS-EN ISO 9001, which covers the deliveries included in the contract. Documentation: Documentation of valid certification, ISO or equivalent. If a tenderer is not certified, documentation shall be given that the tenderer has an equivalent quality management system. It is the tenderer ́s responsibility to document that another certification or quality management system is equivalent.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : 1 Price, calculated from the following: 1.1 Weighted tender sum, cf. the price form, annex 3.1
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Assignment comprehension and quality
Description : 2. Assignment comprehension and quality, assessed on the following: 2.1. The quality of organisation, logistics, transport and treatment solutions as to whether the proposed implementation appears robust and realistic, as well as additional values as regards absolute requirements for the same. Central points for the assessment will be: Competence and experience for key personnel, described solution and procedures for collection and transport, i.a. for suitable vehicle types, timely collection, delivery/weighing and interim storage systems, taking into consideration backup capacity and stand-by with the sketched systems. The assessment also includes additional values within service and availability against the contracting authority, response time for correcting the tenderer ́s own errors and deviations, as well as procedures for reporting and reporting and reporting deviations. The total weight is 22% for sub-criteria 2.1. 2.2. Additional value beyond the minimum requirements when using IT systems for i.a. registration, reporting, exchange of data and security (5%), 2.3. Binding use of relevant training candidates or apprentices in the execution of the contract (3%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Climate and environment
Description : 3 Climate and Environment, based on an assessment of the following: 3.1. To what degree the tenderer is obligated to ensure that the waste, when treated, is kept up as far as possible in the waste ramp as possible, with the accompanying measures/methods for achieving this (15%), 3.2. Climate gas emissions from transport based on a total assessment of how the tenderer commits on transport distances/logistics and fuel, the transport stages from the environmental squares to the tenderer's first reception/treatment facility will be assessed (10%). 3.3. The extent of environmental conditions in the execution of the assignment, i.a. as regards the use of an environmental management system and concrete environmental measures described for the execution (5 %).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 21:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/257138488.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 : 25/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 25/06/2025 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 : no

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 : Salten og Lofoten tingrett -
Organisation providing more information on the review procedures : Damhaug Consulting AS -
Organisation receiving requests to participate : Damhaug Consulting AS -
Organisation processing tenders : Damhaug Consulting AS -

5.1 Lot technical ID : LOT-0002

Title : Contract 2
Description : Receipt and treatment of mixed wood (approx. 1,800 tons/annum) and impregnated woodwork (approx. 270 tons/annum), from the environmental squares Fauske, Vensmoen and Reipå.
Internal identifier : 717-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Options :
Description of the options : Option for an extension for 1+1+1 year if both parties agree on this.

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2027

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : Option for an extension for 1+1+1 year if both parties agree on this.

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional 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. Minimum qualification requirements The tenderer shall be a legally established company. Documentation: Company Registration Certificate. Foreign tenderers must submit an equivalent certificate from the register of business enterprises in the country where the company is established.
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 Tenderers must have the financial capacity to fulfil the contract, including credit worthy, or in another way document satisfactory financial capacity. Documentation: Presentation of the company's Annual Financial Statements (last Annual Report to the Brønnøysund Register Centre, including the auditor's report). Credit rating carried out by a publicly certified credit rating institution, not older than three months, at least credit worthy. If the tenderer does not fulfil the above mentioned documentation requirements, other documentation that the contracting authority finds suitable for documenting the economic and financial capacity will be accepted, such as a parent company guarantee or other guarantee/security.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have relevant experience and competence from equivalent assignments, as well as access to satisfactory capacity to fulfil the contract. Documentation: An account of relevant assignments in the last 3 years. The account shall include a description of the assignment, contracting authority, value, date, name and contact data of a gender neutral preferred. Signed confirmation from any sub-suppliers intended to be used, c.f. the tender documentation. These sub-contractors shall also submit ESPD forms.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Tenderers shall have a satisfactory quality management system that is certified in accordance with ISO 9001, or have an equivalent extent, cf. NS-EN ISO 9001, which covers the deliveries included in the contract. Documentation: Documentation of valid certification, ISO or equivalent. If a tenderer is not certified, documentation shall be given that the tenderer has an equivalent quality management system. It is the tenderer ́s responsibility to document that another certification or quality management system is equivalent.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : 1 Price, calculated from the following: 1.1 Weighted tender sum, cf. the price form, annex 3.1
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 55
Criterion :
Type : Quality
Name : Assignment comprehension and quality
Description : 2. Assignment comprehension and quality, assessed on the following: 2.1. The quality of organisation, logistics, transport and treatment solutions as to whether the proposed implementation appears robust and realistic, as well as additional values as regards absolute requirements for the same. Central points for the assessment will be: Systems for delivery/weighing, interim storage and treatment, taking into consideration spare capacity and stand-by the sketched solutions. The assessment also includes additional values within service and availability against the contracting authority, response time for correcting the tenderer ́s own errors and deviations, as well as procedures for reporting and reporting and reporting deviations. The total weight is 22% for sub-criteria 2.1. 2.2. Additional value beyond the minimum requirements when using IT systems for i.a. registration, reporting, exchange of data and security (5%), 2.1. Binding use of relevant training candidates or apprentices in the execution of the contract (3%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Climate and environment
Description : 3 Climate and Environment, based on an assessment of the following: 3.1. To what degree the Tenderer commits to the wood achieving a higher degree of material recovery or reuse than what is formulated as a minimum requirement in the contracting authority ́s requirement specifications, with the accompanying measures/methods to achieve this (6%). 3.2. Climate gas emissions from transport based on a combined assessment of how the tenderer commits himself with regard to transport distances, transport methods and fuel, where it is the transport stages from the environmental squares to the tenderer's first reception, as well as transport stages/waste quantities for final treatment as assessed (6%). 3.3. Commitment measures beyond the minimum requirements for installations, machines and equipment to reduce climate gas emissions at the tenderer ́s first reception, assessed on the extent of the use of the fractions in the relevant sub-contract, as well as the extent of the environmental conditions in the execution of the assignment, i.a. as regards the use of an environmental management system, and concrete environmental measures at the execution (3%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 21:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/257138488.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 : 25/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 25/06/2025 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 : no

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 : Salten og Lofoten tingrett -
Organisation providing more information on the review procedures : Damhaug Consulting AS -
Organisation receiving requests to participate : Damhaug Consulting AS -
Organisation processing tenders : Damhaug Consulting AS -

5.1 Lot technical ID : LOT-0003

Title : Contract 3
Description : Receipt and treatment of landfill products except from Vikan, approx. 600 tons/annum.
Internal identifier : 717-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Options :
Description of the options : Unilateral option for the contracting authority for an extension of 1+1 year.

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Unilateral option for the contracting authority for an extension of 1+1 year.

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional 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. Minimum qualification requirements The tenderer shall be a legally established company. Documentation: Company Registration Certificate. Foreign tenderers must submit an equivalent certificate from the register of business enterprises in the country where the company is established.
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 Tenderers must have the financial capacity to fulfil the contract, including credit worthy, or in another way document satisfactory financial capacity. Documentation: Presentation of the company's Annual Financial Statements (last Annual Report to the Brønnøysund Register Centre, including the auditor's report). Credit rating carried out by a publicly certified credit rating institution, not older than three months, at least credit worthy. If the tenderer does not fulfil the above mentioned documentation requirements, other documentation that the contracting authority finds suitable for documenting the economic and financial capacity will be accepted, such as a parent company guarantee or other guarantee/security.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have relevant experience and competence from equivalent assignments, as well as access to satisfactory capacity to fulfil the contract. Documentation: An account of relevant assignments in the last 3 years. The account shall include a description of the assignment, contracting authority, value, date, name and contact data of a gender neutral preferred. Signed confirmation from any sub-suppliers intended to be used, c.f. the tender documentation. These sub-contractors shall also submit ESPD forms.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Tenderers shall have a satisfactory quality management system that is certified in accordance with ISO 9001, or have an equivalent extent, cf. NS-EN ISO 9001, which covers the deliveries included in the contract. Documentation: Documentation of valid certification, ISO or equivalent. If a tenderer is not certified, documentation shall be given that the tenderer has an equivalent quality management system. It is the tenderer ́s responsibility to document that another certification or quality management system is equivalent.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : 1 Price, calculated from the following: 1.1 Weighted tender sum, cf. the price form, annex 3.1
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Assignment comprehension and quality
Description : 2. Assignment comprehension and quality, assessed on the following: 2.1. The quality of organisation, logistics, transport and treatment solutions as to whether the proposed implementation appears robust and realistic, as well as additional values as regards absolute requirements for the same. Central points for the assessment will be: Systems for delivery/weighing, interim storage and treatment, taking into consideration spare capacity and stand-by the sketched solutions. The assessment also includes additional values within service and availability against the contracting authority, response time for correcting the tenderer ́s own errors and deviations, as well as procedures for reporting and reporting and reporting deviations. The total weight is 22% for sub-criteria 2.1. 2.2. Additional value beyond the minimum requirements when using IT systems for i.a. registration, reporting, exchange of data and security (5%), 2.3. Binding use of relevant training candidates or apprentices in the execution of the contract (3%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Climate and environment
Description : 3 Climate and Environment, based on an assessment of the following: 3.1. To what degree the tenderer is obligated to ensure that the waste, when processed, is kept up as far as possible in the waste ramp as possible, with the accompanying measures/methods for achieving this (16 %), 3.2. Climate gas emissions from transport based on a total assessment of how the tenderer commits on transport distances, transport methods and fuel, where it is the transport stages from the environmental squares to the tenderer's first reception, as well as transport stages/waste quantities for final treatment as assessed (8%). 3.3. Commitment measures beyond the minimum requirements for installations, machines and equipment to reduce climate gas emissions at the tenderer ́s first reception, assessed on the extent of the use of the fractions in the relevant sub-contract, as well as the extent of the environmental conditions in the execution of the assignment, i.a. as regards the use of an environmental management system, and concrete environmental measures in the implementation (6%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 21:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/257138488.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 : 25/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 25/06/2025 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 : no

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 : Salten og Lofoten tingrett -
Organisation providing more information on the review procedures : Damhaug Consulting AS -
Organisation receiving requests to participate : Damhaug Consulting AS -
Organisation processing tenders : Damhaug Consulting AS -

5.1 Lot technical ID : LOT-0004

Title : Contract 4
Description : Transport, reception and treatment of waste from Miljøtorget at Vikan, approx. 6,400 tons/annum.
Internal identifier : 717-4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Options :
Description of the options : Unilateral option for the contracting authority for an extension of 1+1 year.

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Unilateral option for the contracting authority for an extension of 1+1 year.

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional 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. Minimum qualification requirements The tenderer shall be a legally established company. Documentation: Company Registration Certificate. Foreign tenderers must submit an equivalent certificate from the register of business enterprises in the country where the company is established.
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 Tenderers must have the financial capacity to fulfil the contract, including credit worthy, or in another way document satisfactory financial capacity. Documentation: Presentation of the company's Annual Financial Statements (last Annual Report to the Brønnøysund Register Centre, including the auditor's report). Credit rating carried out by a publicly certified credit rating institution, not older than three months, at least credit worthy. If the tenderer does not fulfil the above mentioned documentation requirements, other documentation that the contracting authority finds suitable for documenting the economic and financial capacity will be accepted, such as a parent company guarantee or other guarantee/security.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have relevant experience and competence from equivalent assignments, as well as access to satisfactory capacity to fulfil the contract. Documentation: An account of relevant assignments in the last 3 years. The account shall include a description of the assignment, contracting authority, value, date, name and contact data of a gender neutral preferred. Signed confirmation from any sub-suppliers intended to be used, c.f. the tender documentation. These sub-contractors shall also submit ESPD forms.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Tenderers shall have a satisfactory quality management system that is certified in accordance with ISO 9001, or have an equivalent extent, cf. NS-EN ISO 9001, which covers the deliveries included in the contract. Documentation: Documentation of valid certification, ISO or equivalent. If a tenderer is not certified, documentation shall be given that the tenderer has an equivalent quality management system. It is the tenderer ́s responsibility to document that another certification or quality management system is equivalent.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : 1 Price, calculated from the following: 1.1 Weighted tender sum, cf. the price form, annex 3.1
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Assignment comprehension and quality
Description : 2. Assignment comprehension and quality, assessed on the following: 2.1. The quality of organisation, logistics, transport and treatment solutions as to whether the proposed implementation appears robust and realistic, as well as additional values as regards absolute requirements for the same. Central points for the assessment will be: Systems for delivery/weighing, interim storage and treatment, taking into consideration spare capacity and stand-by the sketched solutions. The assessment also includes additional values within service and availability against the contracting authority, response time for correcting the tenderer ́s own errors and deviations, as well as procedures for reporting and reporting and reporting deviations. The total weight is 22% for sub-criteria 2.1. 2.2. Additional value beyond the minimum requirements when using IT systems for i.a. registration, reporting, exchange of data and security (5%), 2.3. Binding use of relevant training candidates or apprentices in the execution of the contract (3%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Climate and environment
Description : 3 Climate and Environment, based on an assessment of the following: 3.1. To what degree the tenderer is obligated to ensure that the waste, when processed, is kept up as far as possible in the waste ramp as possible, with the accompanying measures/methods for achieving this (16 %), 3.2. Climate gas emissions from transport based on a total assessment of how the tenderer commits on transport distances, transport methods and fuel, where it is the transport stages from the environmental squares to the tenderer's first reception, as well as transport stages/waste quantities for final treatment as assessed (8%). 3.3. Commitment measures beyond the minimum requirements for installations, machines and equipment to reduce climate gas emissions at the tenderer ́s first reception, assessed on the extent of the use of the fractions in the relevant sub-contract, as well as the extent of the environmental conditions in the execution of the assignment, i.a. as regards the use of an environmental management system, and concrete environmental measures in the implementation (6%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 21:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/257138488.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 : 25/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 25/06/2025 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 : no

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 : Salten og Lofoten tingrett -
Organisation providing more information on the review procedures : Damhaug Consulting AS -
Organisation receiving requests to participate : Damhaug Consulting AS -
Organisation processing tenders : Damhaug Consulting AS -

5.1 Lot technical ID : LOT-0005

Title : Contract 5
Description : Receipt and treatment of waste received at the Environmental Squares, except for the fractions included in the other five sub-contracts, approx. 7,400 tons/annum.
Internal identifier : 717-5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Options :
Description of the options : Unilateral option for the contracting authority for an extension of 1+1 year.

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Unilateral option for the contracting authority for an extension of 1+1 year.

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional 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. Minimum qualification requirements The tenderer shall be a legally established company. Documentation: Company Registration Certificate. Foreign tenderers must submit an equivalent certificate from the register of business enterprises in the country where the company is established.
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 Tenderers must have the financial capacity to fulfil the contract, including credit worthy, or in another way document satisfactory financial capacity. Documentation: Presentation of the company's Annual Financial Statements (last Annual Report to the Brønnøysund Register Centre, including the auditor's report). Credit rating carried out by a publicly certified credit rating institution, not older than three months, at least credit worthy. If the tenderer does not fulfil the above mentioned documentation requirements, other documentation that the contracting authority finds suitable for documenting the economic and financial capacity will be accepted, such as a parent company guarantee or other guarantee/security.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have relevant experience and competence from equivalent assignments, as well as access to satisfactory capacity to fulfil the contract. Documentation: An account of relevant assignments in the last 3 years. The account shall include a description of the assignment, contracting authority, value, date, name and contact data of a gender neutral preferred. Signed confirmation from any sub-suppliers intended to be used, c.f. the tender documentation. These sub-contractors shall also submit ESPD forms.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Tenderers shall have a satisfactory quality management system that is certified in accordance with ISO 9001, or have an equivalent extent, cf. NS-EN ISO 9001, which covers the deliveries included in the contract. Documentation: Documentation of valid certification, ISO or equivalent. If a tenderer is not certified, documentation shall be given that the tenderer has an equivalent quality management system. It is the tenderer ́s responsibility to document that another certification or quality management system is equivalent.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : 1 Price, calculated from the following: 1.1 Weighted tender sum, cf. the price form, annex 3.1
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Assignment comprehension and quality
Description : 2. Assignment comprehension and quality, assessed on the following: 2.1. The quality of organisation, logistics, transport and treatment solutions as to whether the proposed implementation appears robust and realistic, as well as additional values as regards absolute requirements for the same. Central points for the assessment will be: Systems for delivery/weighing, interim storage and treatment, taking into consideration spare capacity and stand-by the sketched solutions. The assessment also includes additional values within service and availability against the contracting authority, response time for correcting the tenderer ́s own errors and deviations, as well as procedures for reporting and reporting and reporting deviations. The total weight is 22% for sub-criteria 2.1. 2.2. Additional value beyond the minimum requirements when using IT systems for i.a. registration, reporting, exchange of data and security (5%), 2.3. Binding use of relevant training candidates or apprentices in the execution of the contract (3%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Climate and environment
Description : 3 Climate and Environment, based on an assessment of the following: 3.1. To what degree the tenderer is obligated to ensure that the waste, when processed, is kept up as far as possible in the waste ramp as possible, with the accompanying measures/methods for achieving this (16 %), 3.2. Climate gas emissions from transport based on a total assessment of how the tenderer commits on transport distances, transport methods and fuel, where it is the transport stages from the environmental squares to the tenderer's first reception, as well as transport stages/waste quantities for final treatment as assessed (8%). 3.3. Commitment measures beyond the minimum requirements for installations, machines and equipment to reduce climate gas emissions at the tenderer ́s first reception, assessed on the extent of the use of the fractions in the relevant sub-contract, as well as the extent of the environmental conditions in the execution of the assignment, i.a. as regards the use of an environmental management system, and concrete environmental measures in the implementation (6%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 21:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/257138488.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 : 25/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 25/06/2025 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 : no

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 : Salten og Lofoten tingrett -
Organisation providing more information on the review procedures : Damhaug Consulting AS -
Organisation receiving requests to participate : Damhaug Consulting AS -
Organisation processing tenders : Damhaug Consulting AS -

5.1 Lot technical ID : LOT-0006

Title : Contract 6
Description : Receipt and treatment of waste from the contracting authority ́s self-management collection, i.e. residue waste, food waste, mixed paper, household plastic and glass and metal packaging. Equivalent fractions from the 3 reloading stations, total approx. 17,000 tons/annum.
Internal identifier : 717-6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Options :
Description of the options : Unilateral option for the contracting authority for an extension of 1+1 year.

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Unilateral option for the contracting authority for an extension of 1+1 year.

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional 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. Minimum qualification requirements The tenderer shall be a legally established company. Documentation: Company Registration Certificate. Foreign tenderers must submit an equivalent certificate from the register of business enterprises in the country where the company is established.
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 Tenderers must have the financial capacity to fulfil the contract, including credit worthy, or in another way document satisfactory financial capacity. Documentation: Presentation of the company's Annual Financial Statements (last Annual Report to the Brønnøysund Register Centre, including the auditor's report). Credit rating carried out by a publicly certified credit rating institution, not older than three months, at least credit worthy. If the tenderer does not fulfil the above mentioned documentation requirements, other documentation that the contracting authority finds suitable for documenting the economic and financial capacity will be accepted, such as a parent company guarantee or other guarantee/security.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have relevant experience and competence from equivalent assignments, as well as access to satisfactory capacity to fulfil the contract. Documentation: An account of relevant assignments in the last 3 years. The account shall include a description of the assignment, contracting authority, value, date, name and contact data of a gender neutral preferred. Signed confirmation from any sub-suppliers intended to be used, c.f. the tender documentation. These sub-contractors shall also submit ESPD forms.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Tenderers shall have a satisfactory quality management system that is certified in accordance with ISO 9001, or have an equivalent extent, cf. NS-EN ISO 9001, which covers the deliveries included in the contract. Documentation: Documentation of valid certification, ISO or equivalent. If a tenderer is not certified, documentation shall be given that the tenderer has an equivalent quality management system. It is the tenderer ́s responsibility to document that another certification or quality management system is equivalent.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : 1 Price, calculated from the following: 1.1 Weighted tender sum, cf. the price form, annex 3.1
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Assignment comprehension and quality
Description : 2. Assignment comprehension and quality, assessed on the following: 2.1. The quality of organisation, logistics, transport and treatment solutions as to whether the proposed implementation appears robust and realistic, as well as additional values as regards absolute requirements for the same. Central points for the assessment will be: Systems for delivery/weighing, interim storage and treatment, taking into consideration spare capacity and stand-by the sketched solutions. The assessment also includes additional values within service and availability against the contracting authority, response time for correcting the tenderer ́s own errors and deviations, as well as procedures for reporting and reporting and reporting deviations. The total weight is 22% for sub-criteria 2.1. 2.2. Additional value beyond the minimum requirements when using IT systems for i.a. registration, reporting, exchange of data and security (5%), 2.3. Binding use of relevant training candidates or apprentices in the execution of the contract (3%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Climate and environment
Description : 3 Climate and Environment, based on an assessment of the following: 3.1. To what degree the tenderer is obligated to ensure that the waste, when processed, is kept as far up in the waste ramp as possible, with the accompanying measures/methods for achieving this (12 %), 3.2. Climate gas emissions from transport based on a total assessment of how the tenderer commits himself with regard to transport distances, transport methods and fuel, where the transport stages from the collection and from the environmental squares to the tenderer ́s first reception, as well as transport stages/waste quantities for final treatment as assessed (10%), 3.3. Commitment measures beyond the minimum requirements for installations, machines and equipment to reduce climate gas emissions at the tenderer ́s first reception, judged on the extent of the use of the fractions in the relevant sub-contract, as well as to what extent environmental conditions in the execution of the assignment are safeguarded, i.a. as regards the use of an environmental management system, and concrete environmental measures in the implementation (8%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 21:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/257138488.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 : 25/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 25/06/2025 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 : no

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 : Salten og Lofoten tingrett -
Organisation providing more information on the review procedures : 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 receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Iris Service AS
Registration number : 984 019 327
Postal address : Bodøveien 1345
Town : Bodø
Postcode : 8030
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 75 50 75 50
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Salten og Lofoten tingrett
Registration number : 826 723 122
Town : Bodø
Postcode : 8001
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 75 43 49 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 19c6ca5a-041e-4fa5-b0d6-d58d2ab51ab7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/05/2025 10:34 +00:00
Notice dispatch date (eSender) : 19/05/2025 10:56 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00324458-2025
OJ S issue number : 96/2025
Publication date : 20/05/2025