A. Transport of food waste from Lønningshaugen 6-12 (Bergen municipality) to Bjørkemoen 44 (Voss municipality). B. Transport of various waste from Bjørkemoen 44 and 60 to various reception facilities in Bergen and

See KG chapter 8.1 See KG chapter 8.1

CPV: 90512000 Služby na prepravu odpadu, 90500000 Služby súvisiace s likvidáciou odpadu a odpadom, 90510000 Likvidácia a spracovanie odpadu
Termín:
24. september 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
A. Transport of food waste from Lønningshaugen 6-12 (Bergen municipality) to Bjørkemoen 44 (Voss municipality). B. Transport of various waste from Bjørkemoen 44 and 60 to various reception facilities in Bergen and
Udeľujúci orgán:
BIR AS
Číslo udelenia:
TAT08-2025

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 : A. Transport of food waste from Lønningshaugen 6-12 (Bergen municipality) to Bjørkemoen 44 (Voss municipality). B. Transport of various waste from Bjørkemoen 44 and 60 to various reception facilities in Bergen and
Description : See KG chapter 8.1
Procedure identifier : d4cf9fa4-17db-4150-964c-ad9b3fb35926
Internal identifier : TAT08-2025
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

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

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Bergen- Voss - Bergen and the surrounding area including close municipalities.

2.1.3 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone
Maximum value of the framework agreement : 40 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : 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 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 : A. Transport of food waste from Lønningshaugen 6-12 (Bergen municipality) to Bjørkemoen 44 (Voss municipality). B. Transport of various waste from Bjørkemoen 44 and 60 to various reception facilities in Bergen and
Description : See KG chapter 8.1
Internal identifier : TAT08-2025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Options :
Description of the options : No options

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Bergen- Voss - Bergen and the surrounding area including close municipalities.

5.1.3 Estimated duration

Duration : 84 Month

5.1.5 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone
Maximum value of the framework agreement : 40 000 000 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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified deliveries
Description : During the last two years tenderers must have carried out one assignment with comparable content as regards the assignment in the present procurement. Comparable content means transport of various waste types with hook lift vehicles and hangers or equivalent equipment. If the tenderer will use other companies to fulfil the experience requirement, a description shall be provided of which companies are involved and what functions, assignments and responsibilities shall be carried out against the assignment in the present procurement. 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. One reference project shall be described. The description shall include the name of the contracting authority, gender neutral preferred with email, value of the delivery as well as the date of delivery. In addition the reference project shall contain a detailed description of the services that have been provided. The description shall be maximum 1 A4 pages, font size 12 Describe functions and responsibilities A signed commitment statement.
Criterion : Environmental management measures
Description : Requirement: Documentation requirement and evaluation. Tenderers shall have a satisfactory environmental management system that manages how the company safeguards relevant environmental considerations. Description of the Tenderer's environmental management system. The description does not need to show that the Tenderer ́s system would fulfil an official certification, but show that the system is adapted to the Tenderer ́s activities, in accordanity with the Contracting Authority's needs and requirements. The qualification requirement will also be seen as met if a Tenderer 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 system. Tenderers shall have a satisfactory quality assurance system that manages how the company safeguards quality. Description of the Tenderer's quality assurance system. The description does not need to show that the Tenderer ́s system would fulfil an official certification, but show that the system is adapted to the Tenderer ́s activities in accordanity with the Contracting Authority's needs and requirements. The qualification requirement will also be seen as fulfilled if the Tenderer can submit certificates issued by independent bodies as documentation that the Tenderer fulfils the recognised quality assurance system or standards. In this case, it is not necessary to describe the quality assurance system.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Annual total cost
Description : Tenders with the lowest annual calculated total cost are based on chapter 10 below and where the tour price * with the number of annual estimated trips.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Ten-emission vehicles
Description : The criteria environmental consideration is calculated according to the following model: a. Offered vehicle with lower than EURO 6: Tenders will not be assessed. b. Tender offer with vehicles for euro 6/normal diesel for the entire contract period: Tender is given 3 points c. Tender offers where the contract is obliged to use HVO100 on all 6 vehicles during the entire contract period will be given 6.0 points. d. Tender offer where all vehicles are emissions (electric, hydrogen or biogas). Tender offers will be given 10 points if all vehicles connected to the assignment are operative/ready by the start of the agreement or at the latest by 01.01.2027.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Deadline for requesting additional information : 19/09/2025 12:00 +00:00

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 : 24/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 90 Day
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 :
Framework agreement, without reopening of competition
Maximum number of participants : 10
Justification for the duration of the framework agreement : An investment is required in 0 emission vehicles during the contract period.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Hordaland Tingrett
Information about review deadlines : 11 days from the date of the award of contract

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 : Atle Hitland
Telephone : +47 55277728
Internet address : https://www.bir.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland Tingrett
Registration number : 926723367
Department : Bergen
Postal address : C Sunds Gate 42
Town : Bergen
Postcode : 5004
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : ac3b6a93-f31e-4490-8e5c-6cb0ec1199ac - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/08/2025 07:13 +00:00
Notice dispatch date (eSender) : 20/08/2025 10:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00547445-2025
OJ S issue number : 159/2025
Publication date : 21/08/2025