The waste included in the competition is divided into 3 packages for each of the two areas included in the competition (IRMAT and Kongsberg). There will, thus, be up to 6 individual contracts. The volume will be divided between 3 collection places within IRMAT and 2 for the Kongsberg contracts. One contract will cover all the collection places within the area per product package.
The three packages are for:
Package 1: Windows with chlorinated paraffin pollution, PCB and possibly phthalate. The windows are mostly stacked in a suitable stand for loading by the winner of the tender.
Package 2: Batteries, divided between small batteries and lead accumulators. Small batteries are stored in full plastic barrels, lithium batteries will have fire retardant matter in the barrel. Lead accumulators are stacked on pallets with pallet edges.
Package 3: Chemicals in different packaging. The packaging includes approx. 30 litre plastic boxes, full steel and plastic barrels, pallet edges covered in plastic and IBC. In addition there is a separate waste oil tank of 6,000 litres at Kongsberg (Gomsrud). This requires a suction vehicle for emptying it. Regarding windows from IRMAT, the contracting authority would like the option to transport the windows itself to the tenderer´s downstream system. The achieved delivery discount as opposed to collection, is to be filled in at the bottom of the price form, as well as the address for the delivery.
The amounts of the individual packages, divided between place and product group, are in the document Price and Signature Form. There is no data divided between period or type of packaging.
Hazardous waste received from households is sorted and stored in a buffer store until it is collected. Any sorting errors discovered by the tenderer shall be reported back to the contracting authority continually in order to raise the quality of the sorting.
Waste that the receiver does not recognise, or where there is uncertainty of the content and compatibility, is to be put aside in a separate cupboard pending a periodic visit from a chemist. 2 visits by chemists per year per area are given in the table for pricing. All costs incurred for this shall be added to the unit price per visit. There could be orders for both less and more of such visits per contract party within package 3 per annum.
The expectation is that the chemist will undertake a qualified sorting of goods during their visit, including feedback to local service providers for training.
The tenderer shall see to transport and ensure that there is the necessary equipment for carrying out the assignment.
The waste is to be collected continually with a response time from an order being placed to collection of maximum 6 working days. The tenderer´s driver is to load the unweighed waste in a secure way. The tenderer will take over responsibility for the waste when the loading starts up until final disposal / re-use of the material.
The tenderer shall ensure that all hazardous waste within these contracts is delivered to the treatment facilities as agreed.
In addition to weighing on the contracting authority´s scales upon collection, the waste shall be weighed on certified scales upon receipt at the treatment facility. This weight will form the basis for invoicing the service and shall be checked against the read weight at the contracting authority.
The treatment facility shall have an active reception check and any deviations are to be documented by photos that are to be sent to the contracting authority. If there are repeated deviations, the contracting authority will assess measures for communication with households and businesses to improve the quality. This must not prevent the treatment facility from taking the waste in accordance with the contracts.
The contracting authority requires that all waste is temporarily stored, treated and finally disposed of in accordance with Norwegian rules. Furthermore, any export of individual fractions is to be done with the necessary licences (notifications).
Otherwise, see the attached documentation.