Tender Details
Title
Norway – Sewage, refuse, cleaning and environmental services – Final treatment of residue waste Place of performance: Norway,Vestfold og Telemark Main nature of the contract: Services Official name: Renovest IKS Type of procedure: Open
Country
Language
English
Organization
Published Date
04.06.2024
Deadline Date
29.08.2024
Overview
329029-2024 - Competition Competition Norway: Sewage, refuse, cleaning and environmental services Final treatment of residue waste Norway, Vestfold og Telemark (NO091) Type of procedure: Open Buyer Buyer: Renovest IKS Norway, KVITESEID LOT-0000: Final treatment of residue waste Sewage, refuse, cleaning and environmental services Norway, Vestfold og Telemark (NO091) Start date: 31/12/2024 Duration end date: 30/12/2027 Deadline for receipt of tenders: 29/08/2024 - 10:00:58 (UTC) 329029-2024 - Competition Norway – Sewage, refuse, cleaning and environmental services – Final treatment of residue waste OJ S 107/2024 04/06/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Renovest IKS Legal type of the buyer: Public undertaking, controlled by a local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Final treatment of residue waste Description: The competition is for a contract for final treatment of residue waste. The Contracting Authority bulky sorts the residue waste before dispatch, but does not provide a guarantee for the quantity and composition of the residue waste, including mis-sorting. The procurement ́s value is estimated to: NOK 3,800,000 excluding VAT above the EEA threshold. The volume is an estimate and is not binding for the contracting authority. See the procurement documents for further information. Procedure identifier: 73baca3c-eebe-438f-836a-66429a5dbe0a Internal identifier: 24136 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: The competition will be held in accordance with the Public Procurement Act from 17 June 2016 no. 73 (LOA), with the accompanying regulations of 12 August 2016 no. 974 (FOA), as well as the provisions in this tender documentation. The competition will be held as TED - Open tender contest in accordance with the regulations Parts I and III. All interested tenderers can submit tenders for this type of procedure. Negotiations are not allowed. The procurement is announced in the DOFFIN and TED database. 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90000000 Sewage, refuse, cleaning and environmental services Additional classification (cpv): 90500000 Refuse and waste related services 2.1.2. Place of performance Country subdivision (NUTS): Vestfold og Telemark (NO091) Country: Norway 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion: Analogous situation like bankruptcy 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. 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. 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. 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. 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) 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? 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. 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). 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). Child labour and 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). 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. 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. 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. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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? Guilty of 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. 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 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. 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? 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. 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? 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. 5. Lot 5.1. Lot: LOT-0000 Title: Final treatment of residue waste Description: The competition is for a contract for final treatment of residue waste. The Contracting Authority bulky sorts the residue waste before dispatch, but does not provide a guarantee for the quantity and composition of the residue waste, including mis-sorting. The procurement ́s value is estimated to: NOK 3,800,000 excluding VAT above the EEA threshold. The volume is an estimate and is not binding for the contracting authority. See the procurement documents for further information. Internal identifier: 24136 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90000000 Sewage, refuse, cleaning and environmental services Additional classification (cpv): 90500000 Refuse and waste related services 5.1.2. Place of performance Country subdivision (NUTS): Vestfold og Telemark (NO091) Country: Norway 5.1.3. Estimated duration Start date: 31/12/2024 Duration end date: 30/12/2027 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Certificates for tax and VAT. Use of this criterion: Used Criterion: Type: Economic and financial standing Name: Other economic and financial requirements: Economic and financial position. Use of this criterion: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: Use of this criterion: Used Criterion: Type: Other Name: The tenderer fulfils the stated qualification requirements: Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Use of this criterion: Not used Criterion: Type: Technical and professional ability Use of this criterion: Not used 5.1.10. Award criteria Criterion: Type: Cost Name: Prices and Costs Weight (percentage, exact): 30 Criterion: Type: Quality Name: Solution proposal Weight (percentage, exact): 35 Criterion: Type: Quality Name: Environment Weight (percentage, exact): 35 5.1.11. Procurement documents Deadline for requesting additional information: 18/08/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=22271 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=22271&GoTo=Tender 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 Deadline for receipt of tenders: 29/08/2024 10:00:58 (UTC) Deadline until which the tender must remain valid: 62 Days Information about public opening: Opening date: 29/08/2024 10:01:00 (UTC) Terms of contract: 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: Telemark tingrett 8. Organisations 8.1. ORG-0001 Official name: Renovest IKS Registration number: 980018725 Department: Innkjøp Postal address: Ordalsvegen 63 Town: KVITESEID Postcode: 3850 Country: Norway Contact point: Rannveig Kjørvik Email: rannveig@innkjopskontoret.no Telephone: +47 35 06 80 00 Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Telemark tingrett Registration number: 926 723 545 Postal address: Postboks 2624 Town: Skien Postcode: 3702 Country subdivision (NUTS): Vestfold og Telemark (NO091) Country: Norway Email: telemark.tingrett@domstol.no Telephone: 35 69 20 00 Internet address: https://www.domstol.no/no/domstoler/tingrett/telemark-tingrett/ Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 1aa28b00-7a75-42e4-98b3-14ab75d46a0e - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 03/06/2024 06:01:57 (UTC) Notice dispatch date (eSender): 03/06/2024 06:14:17 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 329029-2024 OJ S issue number: 107/2024 Publication date: 04/06/2024 Czech document download: https://ted.europa.eu/cs/notice/329029-2024/pdf Danish document download: https://ted.europa.eu/da/notice/329029-2024/pdf German document download: https://ted.europa.eu/de/notice/329029-2024/pdf Greek document download: https://ted.europa.eu/el/notice/329029-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/329029-2024/pdf English document download: https://ted.europa.eu/en/notice/329029-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/329029-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/329029-2024/pdf French document download: https://ted.europa.eu/fr/notice/329029-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/329029-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/329029-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/329029-2024/pdf Italian document download: https://ted.europa.eu/it/notice/329029-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/329029-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/329029-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/329029-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/329029-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/329029-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/329029-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/329029-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/329029-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/329029-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/329029-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/329029-2024/pdf
NAICS
Business All Other Professional Computing Infrastructure Providers Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Copper Religious Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Regulation Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business Environment All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Bindings System, storage and content management software package Mains Control, safety, signalling and light equipment Nuts Publications Control, safety or signalling equipment for inland waterways Lead Thresholds Sewage work Seals Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Forms Vats Rings, seals, bands, sticks and grout packers Sewage, refuse, cleaning and environmental services Pressure-reducing, control, check or safety valves Catalogues Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Control, safety or signalling equipment for airports Dates
UNSPSC
Nuts Awards Business cases Co financing Case making services Seals Cleaning, sorting, and grading machine parts and accessories Securities
Regions
Europe Northern Europe Western Europe
Sectors
Environment and Pollution-Recycling Environmental Work Services Construction Energy-Power and Electrical Computer Hardwares and Consumables Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert