Procurement of modern and innovative waste systems for cottage fields, housing cooperatives, condominiums, joint systems etc. in BIR ́s owner municipalities. (1)

BIR shall enter into a dynamic procurement scheme (DPS) for the procurement of modern and innovative waste systems for cottage fields. Tenderers can apply for admission for the entire lifetime of the scheme. The contracting authority ́s needs and requirements will vary from procurement to procurement, and the tender documentation, …

CPV: 44613700 Szemeteskonténerek, 44613800 Hulladékgyűjtő konténerek, 90500000 Hulladékkal és szeméttel kapcsolatos szolgáltatások, 90510000 Hulladék ártalmatlanítása és kezelése, 90511000 Hulladékgyűjtési szolgáltatások
Határidő:
2035. december 31. 11:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Procurement of modern and innovative waste systems for cottage fields, housing cooperatives, condominiums, joint systems etc. in BIR ́s owner municipalities. (1)
Díjat odaítélő szervezet:
BIR AS
Díj száma:
MIAL05-2025

1. Buyer

1.1 Buyer

Official name : BIR AS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of modern and innovative waste systems for cottage fields, housing cooperatives, condominiums, joint systems etc. in BIR ́s owner municipalities. (1)
Description : BIR shall enter into a dynamic procurement scheme (DPS) for the procurement of modern and innovative waste systems for cottage fields. Tenderers can apply for admission for the entire lifetime of the scheme. The contracting authority ́s needs and requirements will vary from procurement to procurement, and the tender documentation, requirement specifications etc. will be adapted to each procurement in the scheme. A provisional template for the competition is attached to the competition. The dynamic purchasing system will last for 10 years. The scheme can be terminated and extended if BIR finds it appropriate. A change in duration will be announced. Tenderers can apply for the scheme at any time to be included/prequalified. The value of the dynamic purchasing system in the contract period is estimated to NOK 45 million. The upper financial limit is to be given a value of NOK 100 million excluding VAT. If the upper limit for turnover is reached earlier in the contract period, DPS will be terminated before the stated date.
Procedure identifier : 8ff2d69a-35bc-4bcf-9880-aa8d43eb21b9
Internal identifier : MIAL05-2025
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 : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 44613800 Containers for waste material
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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.
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 : Procurement of modern and innovative waste systems for cottage fields, housing cooperatives, condominiums, joint systems etc. in BIR ́s owner municipalities. (1)
Description : BIR shall enter into a dynamic procurement scheme (DPS) for the procurement of modern and innovative waste systems for cottage fields. Tenderers can apply for admission for the entire lifetime of the scheme. The contracting authority ́s needs and requirements will vary from procurement to procurement, and the tender documentation, requirement specifications etc. will be adapted to each procurement in the scheme. A provisional template for the competition is attached to the competition. The dynamic purchasing system will last for 10 years. The scheme can be terminated and extended if BIR finds it appropriate. A change in duration will be announced. Tenderers can apply for the scheme at any time to be included/prequalified. The value of the dynamic purchasing system in the contract period is estimated to NOK 45 million. The upper financial limit is to be given a value of NOK 100 million excluding VAT. If the upper limit for turnover is reached earlier in the contract period, DPS will be terminated before the stated date.
Internal identifier : MIAL05-2025

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 44613800 Containers for waste material
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 10 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) : yes
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 : Authorisation or membership of a particular organisation needed for service contracts
Description : The tenderer shall be a legally established company. Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Registration certificates in professional registers as determined by legislation in the countries in which the tenderer is established.
Criterion : Financial ratio
Description : Tenderers shall have sufficient economic and financial capacity to be able to carry out the assignments under the framework agreement. Tenderers must as a minimum be credit worthy without security requirements. Tenderers who have significant remarks/clarifications from the auditor on their credit rating can be rejected from the competition. Significant remarks/clarifications are defined as breaches of Norwegian law. ● A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. ● The contracting authority reserves the right to carry out a credit assessment. The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity. ● If the tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems suitable. If so, this shall be described in the mentioned field in the ESPD form.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Tax and VAT. The tax certificate shall not have significant arrears/amount owed that cannot be explained due to postponements granted by the norwegian tax authorities. The certificate must not be more than six months old. The certificate must not be older than 6 months calculated from the deadline for receipt of tenders. Foreign companies shall present certificates from equivalent authorities to the Norwegian authorities. Description/documentation that explains any arrears.
Criterion : Technicians or technical bodies to carry out the work
Description : Tenderers shall have sufficient and relevant experience with the delivery of the requested services. The requirement will be seen as fulfilled on the basis of these 3 requirements (all the requirements must be met) 1. During the last three years the tenderer has delivered semi-buried or buried waste systems that have the digital opening throw-in points system. 2. In the same period have delivered semi-buried/buried and module based waste systems. Module based means that there is division of several chambers for different waste types in each container. 3. During the same period, waste systems have delivered with a hard inner container and mechanical bottom hatch with the use of a mushroom hook lifting system, as well as a sack system with mushroom/1 – hook lifting system. Mushrom is mentioned here as BIR has standardised its lifting and hook system for this product brand. If a tenderer will use other companies to fulfil the requirement, commitment statements shall also be enclosed from the relevant companies that show that the tenderer can use the other company's qualifications. Overview of a minimum of two reference assignments. Information shall be given on: The contracting authority/business customer with contact data, a detailed description of the content of the delivery (technical conditions and operative conditions), value in NOK and the contract period in the number of months. The description of each reference assignment shall be a maximum of 2 A4 pages, font size 10. Filled in and signed commitment statement The tender shall also include the role, assignments and responsibilities that the supporting company will have in the contract period.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : The tenderer and accompanying manufacturer shall have a satisfactory environmental management system that manages how the company safeguards relevant environmental considerations. Description of the tenderer's and the manufacturer's environmental management system. The description does not need to show that the tenderer ́s or the manufacturer ́s system would satisfy an official certification, but show that the system is adapted to the tenderer ́s and manufacturer ́s activities according to the contracting authority ́s needs. The qualification requirement will also be seen as fulfilled if the tenderer and manufacturer can submit certificates issued by independent bodies as documentation that the tenderer fulfils recognised environmental management systems or standards. In this case, it is not necessary to describe the environmental management measures.
Criterion : Certificates by independent bodies about quality assurance standards
Description : The tenderer and accompanying manufacturer shall have a satisfactory quality assurance system that manages how the company safeguards quality. Description of the tenderer's and the manufacturer's quality assurance system. The description does not need to show that the tenderer ́s or the manufacturer ́s system would satisfy an official certification, but show that the system is adapted to the supplier and the manufacturer ́s activities according to the Contracting Authority's needs. The qualification requirement will also be seen as fulfilled if the tenderer and manufacturer can submit certificates issued by independent bodies as documentation that the tenderer and manufacturer fulfil the recognised quality assurance system or standards. In this case it is not necessary to describe the quality assurance system.

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 tenders : 31/12/2035 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, also usable by buyers not listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Hordaland Tingrett -
Information about review deadlines : 11 days after award

8. Organisations

8.1 ORG-0001

Official name : BIR AS
Registration number : 983495400
Postal address : Pb 6004
Town : Bergen
Postcode : 5892
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Kenneth Sørsdal
Telephone : +47 55277728
Internet address : https://www.bir.no
Roles of this organisation :
Buyer
Central purchasing body acquiring supplies and/or services intended for other buyers

8.1 ORG-0002

Official name : Hordaland Tingrett
Registration number : 926723367
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 11beb96e-00a1-4d24-85e1-c3669ad3db3c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/05/2025 07:57 +00:00
Notice dispatch date (eSender) : 12/05/2025 08:11 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00306468-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025