Transport and treatment of food waste

Transport and treatment of food waste from Bærum municipality. Transport and treatment of food waste from Bærum municipality.

CPV: 90500000 Servizi connessi ai rifiuti urbani e domestici, 90510000 Trattamento e smaltimento dei rifiuti, 90512000 Servizi di trasporto di rifiuti
Scadenza:
Giovedì 17 Luglio 2025 10:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
Transport and treatment of food waste
Ente di assegnazione:
Bærum kommune
Numero di premio:
2025/4674

1. Buyer

1.1 Buyer

Official name : Bærum kommune
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 : Transport and treatment of food waste
Description : Transport and treatment of food waste from Bærum municipality.
Procedure identifier : 6858dee1-fb39-4ecf-933b-2a37163543d9
Internal identifier : 2025/4674
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Transport and treatment of food waste from Bærum kommune, approx. 6,500 tons per annum. The transport shall be from the loading station at Isi waste facility in Bærum municipality to the tenderer's treatment facility. The implementation date for the assignment is 01.11.2025. The contract period is 2 years, with an option for an extension for 1+1+1 year. See the tender documentation and annexes for a description and requirements for the assignment, etc.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90512000 Refuse transport services

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.4 General information

Additional information : See the tender documentation for information on the procurements and services etc.
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - See the tender documentation.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Transport and treatment of food waste
Description : Transport and treatment of food waste from Bærum municipality.
Internal identifier : 2025/4674

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90512000 Refuse transport services

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/10/2025
Duration end date : 31/10/2027

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : Option for a contract extension for 1+1+1 year. See the tender documentation and annexes.

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
Additional information : See the tender documentation for information on the procurements and services etc.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Requirement - Registered in a trade register or company register. Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. Foreign companies: Documentation that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Criterion : Other economic or financial requirements
Description : Requirement - Finances. The tenderer is required to be financially solvent, which gives the contracting authority the security that the tenderer will be financially viable throughout the period of the agreement. Documentation requirement: Complete credit assessment/report, not older than 3 months, from a publicly certified credit rating company, with character A (credit worthy) or an equivalent or better rating. The report shall be based on the last known accounting figures. The date must be clearly stated. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre will not always be able to document that the requirement is fulfilled. In such cases, they will be able to compensate with a satisfactory credit rating which provides an equivalent security for implementation ability. Such alternative documentation shall be included with the tender. If the tenderer has valid reasons for not submitting the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the Contracting Authority deems suitable. The contracting authority reserves the right to obtain updated credit assessments from a publicly certified credit rating company. See the tender documentation.
Criterion : References on specified services
Description : Requirement - Experience. Experience from equivalent/similar assignments is required. Equivalent/similar assignments means transport of containers and waste treatment. Documentation requirement: List of the most important deliveries or services performed during the past three years, including information about the value, time, and the name of the public or private recipient with contact information. See the tender documentation.
Criterion : Tools, plant, or technical equipment
Description : Requirement - Processing capacity. Tenderers are required, possibly with support from sub-contractor(s), to have access to satisfactory capacity to fulfil the contract. Documentation requirement: A statement of the tenderer's access to capacity, as well as any signed confirmation(s) from any sub-suppliers within the receipt, pre-processing or final treatment of contract waste about available capacity, cf. point 3.3 and Annex 6 of the tender documentation. Such sub-supplier(s) shall also submit ESPD forms. See the tender documentation.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Requirement - Quality Management System A good and well-functioning quality management system is required for the requested services. The concept of a quality management system is that i.a. the tenderer has a awareness of quality objectives, planning, securing, handling of deviations, quality improvement and data security. Documentation requirement: An account of the tenderer ́s quality management system, or a copy of a quality management certificate in accordance with ISO 9001:2015 or an equivalent certificate. See the tender documentation.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Requirement - Environmental management system Systems and procedures are required that ensure low environmental impact when performing the delivery. The environmental management system must i.a. ensure continual improvement of: • The organisation ́s competence in the environment and safety. • the service ́s climate impact Documentation requirement: An account of the tenderer ́s environmental management system, or a copy of a certificate of environmental management system in accordance with ISO 14001:2015, Miljøfyrtårn , EMAS or equivalent certificate. See the tender documentation.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 09/07/2025 12:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257404973.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 : 17/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 17/07/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Ringerike, Asker og Bærum tingrett -
Information about review deadlines : Deadlines are in the tender documentation.

8. Organisations

8.1 ORG-0001

Official name : Bærum kommune
Registration number : 935478715
Postal address : Postboks 700
Town : SANDVIKA
Postcode : 1304
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Jørgen Saxegaard
Telephone : +47 67504050
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Ringerike, Asker og Bærum tingrett
Registration number : 926725963
Town : Sandvika
Postcode : 1302
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 9da14bf5-3323-4d08-8cbf-37f2dabfbba7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/06/2025 07:49 +00:00
Notice dispatch date (eSender) : 12/06/2025 08:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00383057-2025
OJ S issue number : 112/2025
Publication date : 13/06/2025