We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 145305-2022

18/03/2022    S55

Norway-Marnardal: Refuse and waste related services

2022/S 055-145305

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Lindesnes kommune
National registration number: 921 060 440
Postal address: Nordre Heddeland 26
Town: Marnardal
NUTS code: NO092 Agder
Postal code: 4534
Country: Norway
Contact person: Håkon Farstad
E-mail: hakon@odinprosjekt.no
Internet address(es):
Main address: https://www.lindesnes.kommune.no/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=326167&B=VAF
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=326167&B=VAF
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Framework agreement for the collection, transport and treatment of business waste

Reference number: 22/01423
II.1.2)Main CPV code
90500000 Refuse and waste related services
II.1.3)Type of contract
Services
II.1.4)Short description:

Lindesnes municipality wants to enter into a framework agreement for the collection, transport and treatment of business waste from the municipality's units. The agreement shall also include the hire of waste bins and waste containers. The agreement can be used by all entities in Lindesnes kommune.

The agreement does not cover the collection, transport and treatment of household waste.

For further information about the contents of the procurement, please refer to Part 2 of Appendix 1.

II.1.5)Estimated total value
Value excluding VAT: 28 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Framework agreement for the collection, transport and treatment of business waste - waste containers.

Lot No: 1
II.2.2)Additional CPV code(s)
90511000 Refuse collection services
90512000 Refuse transport services
90513000 Non-hazardous refuse and waste treatment and disposal services
90514000 Refuse recycling services
90510000 Refuse disposal and treatment
II.2.3)Place of performance
NUTS code: NO092 Agder
II.2.4)Description of the procurement:

Lot 1 - the collection, transport and treatment of business waste - waste containers: The estimated annual value is NOK 1.8 million excluding VAT. The estimated turnover during the agreement period of five (5) years is NOK 9 million excluding VAT. However, the agreement will be valid for procurements to a total of NOK 18 million excluding VAT during the agreement period.

Further descriptions of the agreement are given in the tender documentation's part 2, annex 1.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 30
Quality criterion - Name: Environment / Weighting: 20
Price - Weighting: 50
II.2.6)Estimated value
Value excluding VAT: 18 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 15/08/2022
End: 14/08/2025
This contract is subject to renewal: yes
Description of renewals:

The framework agreement will apply for the period from15.8.2022 to 14.8.2025, with an option for the contracting authority to extend the agreement one or more time for up to a further two years. The total contact period is, thus, five (5) years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Framework agreement for the collection, transport and treatment of business waste - waste containers

Lot No: 2
II.2.2)Additional CPV code(s)
90511000 Refuse collection services
90512000 Refuse transport services
90513000 Non-hazardous refuse and waste treatment and disposal services
90514000 Refuse recycling services
90510000 Refuse disposal and treatment
II.2.3)Place of performance
NUTS code: NO092 Agder
II.2.4)Description of the procurement:

Lot 2 - the collection, transport and treatment of business waste - waste containers: The estimated annual value is NOK 1 million excluding VAT. The estimated turnover during the agreement period of five (5) years is NOK 5 million excluding VAT. However, the agreement will be valid for procurements for a total of NOK 10 million excluding VAT during the agreement period.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 30
Quality criterion - Name: Environment / Weighting: 20
Price - Weighting: 50
II.2.6)Estimated value
Value excluding VAT: 10 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 15/08/2022
End: 14/08/2025
This contract is subject to renewal: yes
Description of renewals:

The framework agreement will apply for the period from15.8.2022 to 14.8.2025, with an option for the contracting authority to extend the agreement one or more time for up to a further two years. The total contact period is, thus, five (5) years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

The tenderer must have the tax, employer contribution and VAT payments in order.

Documentation:

Tax and VAT certificate. The certificate must not be older than 6 months from the tender deadline. The certificate can be obtained electronically from Altinn. For further information, see Skatteetaten.no.

For foreign tenderers:

Foreign tenderers must submit equivalent certificates from the country of origin, that substantiate that payment of taxes and duties is in order. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which verifies that all taxes and duties have been paid. The declaration must be approved and signed by the tenderer's Financial Director/ person responsible for Finance.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

The tenderer must have sufficient financial capacity to fulfil the contractual obligations. Creditworthiness with no requirement for guarantee, is considered sufficient to meet the requirement.

The required financial capacity will be assessed in relation to the contract's value, services, risk and length.

Documentation:

• Credit rating based on the accounting figures for 2020. The rating must be carried out by a credit rating agency with a licence to provide such service.

• The account's balance for the 3rd quarter of 2021

Minimum level(s) of standards possibly required:

The tenderer must have sufficient financial capacity to fulfil the contractual obligations. Creditworthiness with no requirement for guarantee, is considered sufficient to meet the requirement.

The required financial capacity will be assessed in relation to the contract's value, services, risk and length.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Requirement: The tenderer must have good experience from the implementation of equivalent deliveries/comparable assignments.

Documentation: A list with an overview and description of the tenderer's most relevant assignments in the last 3 years.

The list/description must, as a minimum, contain:

• Name of customer/recipient

• Scope of the assignment

• Description of the company's role

• The assignment´s value

• Delivery dates

• A brief description of the delivery.

The template in attachment 5 can be used

Requirement: The tenderer must have a permit from a public authority for transporting and managing waste.

Documentation: Documentation of approval from the public sector shall be attached to the tender

Requirement: The tenderer must have a well-functioning quality assurance system

Documentation: Description of the tenderer’s methods for quality assurance.

If the tenderer is certified in accordance with ISO 9001 or equivalent standards, it is sufficient to present a copy of a valid certificate.

Requirement: The tenderer must have a well-functioning system for environmental management.

Documentation: A description of environment management measures that have been implemented in the organisation.

If the tenderer is certified in accordance with ISO 14001 or equivalent standards, it is sufficient to present a copy of a valid certificate.

Minimum level(s) of standards possibly required:

Tenderers must have good experience from the execution of equivalent deliveries/comparable assignments.

The tenderer must have a permit from the public authority for transporting and managing waste.

The tenderer must have a well-functioning quality assurance system.

The tenderer must have a well-functioning environmental management system.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

- Requirements concerning wages and working conditions: Cf. the tender documentation's point 2.5

- Contractual terms for undertaking basic human rights; cf. the tender documentation point 2.12

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 22/04/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 22/07/2022
IV.2.7)Conditions for opening of tenders
Date: 22/04/2022
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Agder Tingrett
Town: Kristiansand
Country: Norway
VI.5)Date of dispatch of this notice:
14/03/2022