Stage 1: Prequalification for a framework agreement for waste management.

Eidsiva Bioenergi AS shall enter into a framework agreement with one (1) tenderer for waste handling, including temporary storage and bale pressing of waste at an external facility. Eidsiva Bioenergi AS shall enter into a framework agreement with one (1) tenderer for waste handling, including temporary storage and bale pressing …

CPV: 90510000 Odstranjevanje in obdelava odpadkov, 45232470 Postaja za pretovarjanje odpadkov, 90500000 Storitve v zvezi z odpadki, 90511000 Storitve zbiranja odpadkov, 90512000 Storitve prevoza odpadkov
Kraj izvršitve:
Stage 1: Prequalification for a framework agreement for waste management.
Organ za podeljevanje:
Eidsiva Bioenergi
Številka dodelitve:
B-2025-009

1. Buyer

1.1 Buyer

Official name : Eidsiva Bioenergi
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : Stage 1: Prequalification for a framework agreement for waste management.
Description : Eidsiva Bioenergi AS shall enter into a framework agreement with one (1) tenderer for waste handling, including temporary storage and bale pressing of waste at an external facility.
Procedure identifier : 57f74b2d-f4fd-48ed-b50e-daa5707941d9
Internal identifier : B-2025-009
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : Short assignment: A framework agreement shall be signed with one (1) tenderer for waste management, including temporary storage and bale pressing of waste at an external facility.  Eidsiva Bioenergi needs temporary storage and ball pressing of waste in connection with the excess volume between summer and winter, as well as an annual revision stop at the incineration plant at Trehørningen (TES). The service shall ensure continual reception of waste, especially during the period when the plant is out of service and it ensures that the waste is handled properly and efficiently.  The procurement ́s further content is described in Annex A - Delivery Extent, as well as Annex E - The Contracting Authority ́s requirement specifications.  Scope: The maximum total value/upper framework for the Framework agreement is NOK 16,000,000. This includes any additional works and options. The total annual volume/value is expected to be around NOK 3,000,000 - 4,000,000.  Duration: The framework agreement period is two years. The contracting authority shall have the option to extend the framework agreement for a further 1+1 years, a total of 4 years.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 45232470 Waste transfer station
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 16 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - The Contracting Authority is a part of the supply sector and the procurement is covered by the Public Procurements Act and the Regulations on Procurement Regulations in the supply sectors (supply regulations). The procurement shall be carried out as a negotiated procedure in accordance with the Utilities Regulation part II.

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 : Stage 1: Prequalification for a framework agreement for waste management.
Description : Eidsiva Bioenergi AS shall enter into a framework agreement with one (1) tenderer for waste handling, including temporary storage and bale pressing of waste at an external facility.
Internal identifier : B-2025-009

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 45232470 Waste transfer station
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 16 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
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 : Tenderers shall have documented experience from equivalent/relevant assignments/deliveries, i.e. assignments of the same nature, complexity, degree of difficulty and extent.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : The tenderer must have the financial capacity to execute the assignment/contract
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax, payroll tax and VAT payments in order.
Criterion : Technicians or technical bodies for quality control
Description : Tenderers shall have sufficient capacity and suitable manpower to carry out the contract
Criterion : Environmental management measures
Description : Tenderers shall have procedures to carry out the assignment on a environmentally responsible way
Criterion : Measures for ensuring quality
Description : Tenderers shall have procedures for HSE routines.
Information about the second stage of a two-stage procedure :
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/261978698.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 : 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 : Not allowed
Deadline for receipt of requests to participate : 30/10/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the Standard Terms for procurements in Eidsiva, as well as annex A-E.
Financial arrangement : See the Standard Terms for procurements in Eidsiva, as well as Annex B - Remuneration.

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Vestoppland og Valdres tingrett
Information about review deadlines : The waiting period is 10 days from the award of contract.
Organisation providing additional information about the procurement procedure : Inventura AS

8. Organisations

8.1 ORG-0001

Official name : Inventura AS
Registration number : 983351417
Postal address : Solheimsgaten 15
Town : Bergen
Postcode : 5058
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Karina Korsmo Myrdahl
Telephone : +47 55134480
Internet address : https://www.inventura.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Eidsiva Bioenergi
Registration number : 980258165
Town : Gjøvik
Postcode : 2818
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 48092200
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Vestoppland og Valdres tingrett
Registration number : 935365236
Town : Gjøvik
Postcode : 2801
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : b2f69914-2b94-4ceb-b780-81443d759e90 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/09/2025 06:19 +00:00
Notice dispatch date (eSender) : 26/09/2025 06:35 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00635885-2025
OJ S issue number : 186/2025
Publication date : 29/09/2025