Purchase of various steel waste containers, including hook hooks and flexicontainers

All requested products in this competition are defined as waste containers and it is a prerequisite that the offered products fulfil relevant certification schemes, standards and certifications, marking etc., and are adapted for their use as regards safety, wear and tear/hard use and maintenance. All requested products in this competition …

CPV: 44613700 Avfallsskopor/sophissar, 44613600 Behållare på hjul
Sista ansökningsdag:
20 juni 2025 10:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Purchase of various steel waste containers, including hook hooks and flexicontainers
Plats för tilldelning:
BIR AS
Tilldelningsnummer:
BIRCFK-0525

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 : Purchase of various steel waste containers, including hook hooks and flexicontainers
Description : All requested products in this competition are defined as waste containers and it is a prerequisite that the offered products fulfil relevant certification schemes, standards and certifications, marking etc., and are adapted for their use as regards safety, wear and tear/hard use and maintenance.
Procedure identifier : 9e6e7687-86dc-4893-b037-d80e44e96d6f
Internal identifier : BIRCFK-0525
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 44613600 Wheeled containers

2.1.2 Place of performance

Postal address : Espehaugen 52
Town : Blomsterdalen
Postcode : 5258
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : May be other delivery locations. These are listed in the tender documentation.

2.1.3 Value

Estimated value excluding VAT : 15 000 000 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 : Purchase of various steel waste containers, including hook hooks and flexicontainers
Description : All requested products in this competition are defined as waste containers and it is a prerequisite that the offered products fulfil relevant certification schemes, standards and certifications, marking etc., and are adapted for their use as regards safety, wear and tear/hard use and maintenance.
Internal identifier : BIRCFK-0525

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 44613600 Wheeled containers

5.1.2 Place of performance

Postal address : Espehaugen 52
Town : Blomsterdalen
Postcode : 5258
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : May be other delivery locations. These are listed in the tender documentation.

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 15 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Relevant educational and professional qualifications
Description : Tenderers shall have sufficient and relevant experience with the delivery of the requested services. The requirement will be seen as fulfilled if the tenderer, during the last 2 years (2023 and 2024), has provided equivalent services with what is included in this competition. NB: Equivalently, here means hook and flexi containers in the volume sizes requested in this competition) Overview of a minimum of 2 references. Information shall be given on: The contracting authority/business customer with contact data, description of the content of the delivery, value in NOK and the contract period in the number of months. 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. Filled in and signed commitment statement The tender shall also include the role, assignments and responsibilities that the supporting company will have in the contract period. Filled in and signed commitment statement The tender shall also include the role, assignments and responsibilities that the supporting company will have in the contract period.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers and the chosen manufacturer shall have a satisfactory environmental management system that manages how the company safeguards relevant environmental considerations. Description of the tenderer's and the manufacturer's environmental management system. The description does not need to show that the tenderer ́s or the manufacturer ́s system would satisfy an official certification, but show that the system is adapted to the tenderer ́s and manufacturer ́s activities according to the contracting authority ́s needs. The qualification requirement will also be seen as fulfilled if the tenderer and manufacturer 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 measures.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers and the chosen manufacturer shall have a satisfactory quality assurance system that manages how the company safeguards quality. Description of the tenderer's and the manufacturer's quality assurance system. The description does not need to show that the tenderer ́s or the manufacturer ́s system would satisfy an official certification, but show that the system is adapted to the supplier and the manufacturer ́s activities according to the Contracting Authority's needs. The qualification requirement will also be seen as fulfilled if the tenderer and manufacturer can submit certificates issued by independent bodies as documentation that the tenderer and manufacturer fulfil 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 : Total cost
Description : The total cost is calculated from the attached price matrix. (annex 1). The stated price is hereby multiplied by the stated volume for all price items.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The quality will be assessed based on the following 3 assessment points and weighting. The contracting authority ́s evaluation is in the table below). 1. Delivery time in number of calendar days: 10 % 2. Service, technical assistance and parts deliveries: 15 % 3. Guarantee terms: 25 %
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 : 20/06/2025 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 : 15
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 : The waiting period is 11 days from the date the award of contract has been sent.

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
Postal address : p.b 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 6021610d-9205-4341-ab8d-9747929a753a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/05/2025 09:43 +00:00
Notice dispatch date (eSender) : 06/05/2025 10:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00293674-2025
OJ S issue number : 88/2025
Publication date : 07/05/2025