Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityNational or federal agency/office
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework agreement for waste management, Karmøy municipality
Reference number: 2022/2150
II.1.2)Main CPV code90510000 Refuse disposal and treatment
II.1.3)Type of contractServices
II.1.4)Short description:
Karmøy municipality, henceforth referred to as the contracting authority, wishes to enter into a framework agreement with a tenderer for handling the contracting authority's waste. The agreement period is 2 years, to a maximum of 4 years.
The estimated annual value is approx. NOK 2,000,000 for the municipality. The total value during the entire agreement period is estimated at between
NOK 8,000,000 to NOK 9,000,000. The values are an estimate and are not binding for the contracting authority.
II.1.5)Estimated total valueValue excluding VAT: 10 000 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)90511000 Refuse collection services
90511300 Litter collection services
90512000 Refuse transport services
II.2.3)Place of performanceNUTS code: NO0A1 Rogaland
II.2.4)Description of the procurement:
The contracting authority needs waste management services for municipal enterprises, defined as commercial buildings: nurseries, schools, health institutions, operational buildings and administration buildings. The list is not exhaustive. The framework agreement applies to the management of cardboard / paper and residual waste. A complete list with the associated fraction numbers is attached as appendix 4- Oversikt over kjøp [Overview of purchases].
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Environment / Weighting: 30%
Price - Weighting: 70 %
II.2.6)Estimated valueValue excluding VAT: 10 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/06/2022
End: 31/05/2024
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
II.2.13)Information about European Union fundsThe 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.1.2)Economic and financial standingList and brief description of selection criteria:
Credit Rating
The tenderer must have the financial capacity to carry out the assignment/comply with the contractual obligations. The tenderer is required to be credit worthy without guarantee and have satisfactory liquidity and solidity. Documentation requirement: A credit rating based on the most recent fiscal figures. The credit rating must not be older than 3 months. The rating must be carried out by a credit rating agency with licence to conduct such services. The contracting authority can request further documentation as needed.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
The tenderer's ability and capacity
The tenderer must have sufficient capacity and execution ability to undertake the assignment as well as experience from comparable assignments. Documentation requirement: An overview of the tenderer's total manpower and organisational plan must be attached, including any local departments. The tenderer must present a description of the tenderer's 3 most relevant assignments in the last 3 years. The description must include a statement of the assignment, statement of the assignment value, date and recipient (name, telephone and email).
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 27/04/2022
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 tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 27/04/2022
Local time: 12:30
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Haugaland tingrett
Town: Haugesund
Country: Norway
VI.5)Date of dispatch of this notice:15/03/2022