Transport and handsaming of residue waste

Transport and handsaming of residue waste. Transport and handsaming of residue waste.

CPV: 90510000 Likvidácia a spracovanie odpadu, 90511200 Zber odpadu z domácností, 90512000 Služby na prepravu odpadu
Termín:
29. august 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Transport and handsaming of residue waste
Udeľujúci orgán:
NGIR Drift AS
Číslo udelenia:
1000

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Transport and handsaming of residue waste
Description : Transport and handsaming of residue waste.
Procedure identifier : 63d1a7ec-4e46-47bc-a843-0160726b7c89
Internal identifier : 1000
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The competition comprises the collection and treatment of residual waste from Kjevikdalen, Lindåsvegen 1260, 5956 Hundvin.Tenesta comprises approx. 15,000 tonnes/annum of residual waste. The contract will start 01.10.2025 and it will be 2 years +1+1+1 year with a mutual option.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511200 Household-refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement regulations.

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 handsaming of residue waste
Description : Transport and handsaming of residue waste.
Internal identifier : 1000

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511200 Household-refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 30/09/2025
Duration end date : 01/10/2027

5.1.5 Value

Estimated value excluding VAT : 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : • Norwegian companies: Company Registration Certificate. • Foreign companies: Documentation that the company is managed in a trade register or company register as the debt in the country where the contracting authority is established.
Criterion : Financial ratio
Description : • A credit rating based on the most recent accounting figures. The credit rating shall be A, or equivalent. Ratinga shall be carried out by a company with a licence for credit information. • Tenderers may be asked to deliver auditor approved annual accounts for the last 2 years. • Tax and VAT certificate. The certificate shall not be older than 6 months from the tender deadline. Foreign tenderers shall enclose a certificate from the sales of legal authorities in their own country.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : • An overview of tenderers ́ environmental assurance system that documents that the requirement is set.
Criterion : Certificates by quality control institutes
Description : • An overview of tenderers ́ quality assurance system that documents that the requirement is set.
Criterion : References on specified services
Description : • List of relevant references in the last 3 years. The references must include information on the contracting authority, value and date. • Documentation of available capacity to carry out the contract.

5.1.11 Procurement documents

Deadline for requesting additional information : 25/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254551545.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
Variants : Not allowed
Deadline for receipt of tenders : 29/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 29/08/2025 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 : yes
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 : Hordaland Tingrett -
Information about review deadlines : .

8. Organisations

8.1 ORG-0001

Official name : NGIR Drift AS
Registration number : 93231694
Postal address : Lindåsvegen 1260,
Town : Hundvin
Postcode : 5956
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Bente Irene Isdal
Telephone : 56343310
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland Tingrett
Registration number : 926723367
Postal address : C. Sundts gate 42
Town : Bergen
Postcode : 5012
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55699700
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 0f4e773e-68c6-4e66-bd21-7727031f0006-01
Main reason for change : Information updated
Description : Extended tender deadline.

10.1 Change

Section identifier : ORG-0002

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : 78b04ce6-9061-4dc4-8770-0f7cd676f143 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/05/2025 10:39 +00:00
Notice dispatch date (eSender) : 02/05/2025 10:43 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00286798-2025
OJ S issue number : 86/2025
Publication date : 05/05/2025