Framework agreement for the transport and treatment of residue waste.

The framework agreement is for the transport and treatment of residual waste on behalf of Volda and Ørsta Reinhaledsverk (VØR), with Retura Søre Sunnmøre as an option (a total subsidiary of VØR). See the tender documentation for more information on, among other waste categories. The framework agreement is for the …

CPV: 90500000 Usługi związane z odpadami, 90000000 Usługi odbioru ścieków, usuwania odpadów, czyszczenia/sprzątania i usługi ekologiczne, 90510000 Usuwanie i obróbka odpadów, 90512000 Usługi transportu odpadów, 90513000 Usługi obróbki i usuwania odpadów, które nie są niebezpieczne, 90513300 Usługi spalania odpadów
Termin:
17 listopada 2025 11:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Framework agreement for the transport and treatment of residue waste.
Miejsce udzielenia zamówienia:
Volda Kommune
Numer nagrody:
25/3554

1. Buyer

1.1 Buyer

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

1.1 Buyer

Official name : Volda og Ørsta Reinhaldsverk (VØR)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Retura Søre Sunnmøre AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for the transport and treatment of residue waste.
Description : The framework agreement is for the transport and treatment of residual waste on behalf of Volda and Ørsta Reinhaledsverk (VØR), with Retura Søre Sunnmøre as an option (a total subsidiary of VØR). See the tender documentation for more information on, among other waste categories.
Procedure identifier : ea7ff37a-e9ee-4feb-ad5b-65022668313e
Internal identifier : 25/3554
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement was held as an open tender contest in accordance with the Act from 17 June 2016 no. 69 on public procurements (LOA) and regulations of 12 August 2016 no. 974 on public procurements (FOA) parts I and part III.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional 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
Additional classification ( cpv ): 90513300 Refuse incineration services

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : Melsgjerdet 3 and Torvmyrane 29.

2.1.3 Value

Estimated value excluding VAT : 50 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for the transport and treatment of residue waste.
Description : The framework agreement is for the transport and treatment of residual waste on behalf of Volda and Ørsta Reinhaledsverk (VØR), with Retura Søre Sunnmøre as an option (a total subsidiary of VØR). See the tender documentation for more information on, among other waste categories.
Internal identifier : 25/3554

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional 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
Additional classification ( cpv ): 90513300 Refuse incineration services
Options :
Description of the options : Retura Søre Sunnmøre has the right to join the agreement for the waste categories C, D1 and D2. Retura Søre Sunnmøre may well join for one or several categories and prepare for treatment or both treatment and transport.

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : Melsgjerdet 3 and Torvmyrane 29.

5.1.3 Estimated duration

Start date : 02/02/2026
Duration end date : 01/02/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The agreement can be extended for 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 50 000 000 Norwegian krone
Maximum value of the framework agreement : 50 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Qualification requirement: Tenderers shall be registered in a company register, professional register or a trade register in the country where the tenderer is established. - Documentation requirement: Norwegian tenderers: Company Registration Certificate Foreign tenderers: Certificate of registration in professional registers as determined in accordance with the legislation in the country where the tenderer is established.
Criterion : Financial ratio
Description : Qualification requirement: Tenderers shall have sufficient finances to fulfil their contractual obligations. - Documentation requirement: Credit rating based on the most recent accounting figures. This shall be carried out by a credit information agency that has permission to carry out such works. The contracting authority retains the right to self-obtain a credit assessment of the tenderer. Newly established companies that have not established a basis for credit appraisal must enclose a declaration from a bank, auditor or equivalent financing institution regarding the economic and financial position. If the tenderer has justifiable reasons to not enclose the documentation that the Contracting Authority requires, for example, if he believes that the information does not provide a correct vehicle for the economic situation of the tenderer, the tenderer can document his economic and financial position by enclosing other documents that the Contracting Authority sees as a company.
Criterion : References on specified services
Description : Qualification requirement: Tenderers shall have sufficient competence and experience to fulfil the contract in a fulfilled manner. - Documentation requirement: Tenderers shall submit an overview of up to 3 similar deliveries that the tenderer has carried out in the last 5 years. The overview shall include information on the contract ́s value, date of delivery or execution and name at the receptions. The responsible gender neutral preferred shall include a telephone number.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall fill in all price items in Annex 3, Annex 1 "Price Form". In the evaluation, the Contracting Authority will requisition a shopping choir consisting of the total sum for transport, treatment and CO-2 fees, in accordance with the estimated tonnage. In the evaluation, prices for all categories (A, B1 and B2) leggjast saman will be priced. See the tender documentation point 5 for more information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : Tenderers shall respond to all requirements with the accompanying documentation requirements in the Framework Agreement's Annex 2 "Requirement Specifications". See the tender documentation point 5 for more information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Environment
Description : The Environmental Award Criterium consists of two sub-criteria: - Degree of energy recovery - Transport kilometres Tenderers shall state documented energy recovery R1 in the Framework Agreement Annex 1 point 6.4 "Energy Recovery Degree". For the sub-criterion transport kilometres, the tenderer in the Framework agreement Annex 1 point 7 "Transport kilometres" shall state the number of transport kilometres between VØR ́s main office in Torvmyrane 29, 6160 Hovdebygda and the reception facility (one road) for kvar waste category in the main delivery (A, B1 and B2). See the tender documentation point 5 for more information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 17/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 1.022026E6 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Depends on the Contracting Authority ́s assessment.
Information about public opening :
Opening date : 17/11/2025 11:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sunnmøre Tingrett
Information about review deadlines : Appeals can be sent to the Contracting Authority. Elles, the waiting period requirement is fulfilled.
Organisation providing additional information about the procurement procedure : Volda Kommune
Organisation providing offline access to the procurement documents : Volda Kommune
Organisation receiving requests to participate : Volda Kommune
Organisation processing tenders : Volda Kommune

8. Organisations

8.1 ORG-0001

Official name : Volda Kommune
Registration number : 939 760 946
Postal address : Stormyra 2
Town : Volda
Postcode : 6100
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Andreas Kiperberg
Telephone : +47 91137510
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Volda og Ørsta Reinhaldsverk (VØR)
Registration number : 984068085
Town : Ørsta
Postcode : 6160
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 04 86 00
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Retura Søre Sunnmøre AS
Registration number : 987 578 602
Town : Ørsta
Postcode : 6160
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70048610
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Sunnmøre Tingrett
Registration number : 935365201
Town : Volda
Postcode : 6100
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : bfdedb02-e042-4a01-8d68-775d6777dffc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/10/2025 12:21 +00:00
Notice dispatch date (eSender) : 08/10/2025 13:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00665055-2025
OJ S issue number : 195/2025
Publication date : 10/10/2025