Servizi - 331957-2022

20/06/2022    S117

Norway-Sandvika: Refuse transport services

2022/S 117-331957

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Bærum kommune
National registration number: 935478715
Postal address: Postboks 700
Town: SANDVIKA
NUTS code: NO Norge
Postal code: 1304
Country: Norway
Contact person: Ehsan Saadatakhtar
E-mail: ehsan.saadatakhtar@baerum.kommune.no
Telephone: +47 45170688
Internet address(es):
Main address: https://permalink.mercell.com/181066315.aspx
Address of the buyer profile: http://www.baerum.kommune.no/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/181066315.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/181066315.aspx
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:

Transport and treatment of pure matter from Isi Waste Facility

Reference number: 2022/10966
II.1.2)Main CPV code
90512000 Refuse transport services
II.1.3)Type of contract
Services
II.1.4)Short description:

Bærum Municipality, hereafter called the contracting authority, invites tenderers to participate in an open tender contest for a contract for the transport, pre-treatment, treatment, and any disposal of pure matter from Isi Waste Facility. 

II.1.5)Estimated total value
Value excluding VAT: 3 500 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
90513000 Non-hazardous refuse and waste treatment and disposal services
II.2.3)Place of performance
NUTS code: NO082 Viken
Main site or place of performance:

Isi Waste Facility.

II.2.4)Description of the procurement:

The contracting authority will enter into a contract with a tenderer for the transport, pre-treatment, treatment, and any disposal of pure matter from Isi Waste Facility.

There are staff at Isi Waste Facility providing guidance to the public when delivering waste. The staff also perform visual inspections of the waste, and remove objects that have been incorrectly placed, when discovered.

The waste composition and quantity during a year may vary somewhat, but such variations will not give a basis for changing price. There are minor seasonal variations in the quantity of waste. During 2021, approx. 2,908 tonnes of pure matter was driven out. There were 112 return trips during 2021. In January, February and March there is a little less waste, from April to June, and August to October it is peak season.

Excavated matter means matter that has been mainly dug out from private gardens and small businesses. The matter can contain stones, soil, sand, gravel, etc.

Pure matter means matter that is mainly concrete, roofing tiles/bricks, and tiles, etc.

All pure matter will be loaded on to the lorry by the contracting authority with/without a trailer upon collection. There will be waiting time for loading, this must be included in the price. The amount/weight can vary.

The tenderer will be responsible for all transport, pre-treatment, treatment, material recycling, and any disposal of pure matter from Isi Recycling Station, in accordance with orders and needs.

All removal of pure matter must be registered on a scale at Isi Waste Facility, and invoicing will be in arrears or per month in accordance with the contracting authority's weight journal. The weight journal from Isi must be attached to the invoice.

Waste composition

In the case of error in sorting, documentation must be provided for non-conformity, for the purpose of reducing non-conformity in the future. However, it will not be possible to provide fines or additional prices for sorting errors, non-conformity or non-conformity treatment.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 3 500 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

The contract will be valid from and including xx.xx.2022 to and including xx.xx.2025, with an option to extend once for up to 1 year. If the contracting authority wants to utilise the option, the contracting authority will notify the supplier within 60 days prior to the expiry of the contract period.

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:

Tax certificate requirement: Tenderers must have their tax and VAT payments in order. Documentation requirement: Tax and VAT certificate. A certificate for tax and a certificate issued either by the local tax office or the tax collection office where the tenderer has the headquarters. The certificate can be downloaded from Altinn.no. The certificate must not be older than 6 months from the tender deadline. Norwegian tenderers who are not subject to VAT must present confirmation of this from the Norwegian Tax Administration. Foreign tenderers must provide certificates from equivalent authorities to the Norwegian authorities. Company registration certificate requirement: Tenderers must be a legally established company Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Proof that the company is registered in a trade index or register of business enterprises as prescribed by the law of the country where the tenderer is established.

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

Finances requirement: Tenderers must have economic and financial solidity that gives the contracting authority security that the tenderer will be economically viable throughout the contract period. Expanded credit rating/report, not older than 3 months, from a publicly certified credit rating company with score A (credit worthy) or equivalent or better. The report must be based on the last known fiscal figures. The date must be clearly stated. Companies without adequate credit rating, newly started companies with a credit score of AN, individual foreign companies or companies without reporting obligation to the Brønnøysund Register Centre will not always be able to document that the requirement is met. In such instances, they will be able to compensate with a satisfactory credit rating which provides an equivalent security for implementation ability. These alternative documents must be included in the tender. If a tenderer has valid reasons for being unable to present the documentation requested by the contracting authority, the tenderer can prove the economic and financial position with any other documents that the contracting authority deems suitable.

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

Experience requirement: Tenderers are required to have extremely good experience from equivalent assignments. Documentation requirement: A list of the most important deliveries or services performed in the past three years, including information on the value, date, and name of the public or private recipients, with contact information.

Quality management system requirement: A good and well-functioning quality management system is required for the services that will be provided. The concept of a quality management system is that i.a., the tenderer has a awareness of quality objectives, planning, securing, handling of deviations and quality improvement. Documentation Requirement: Statement of the tenderer's quality assurance system or copy of a certificate for the quality control system in accordance with ISO 9001:2015 or an equivalent certificate. Environmental management system requirement: Systems and procedures that ensure a low environmental impact when performing the delivery are required. The environmental management system must i.a. Secure continual improvement of: The organisation's environmental and safety competence. The service's climate impact. Documentation Requirement: Account of the tenderer's environmental management system, or a copy of an environmental management system certificate in accordance with ISO 14001:2015, Eco Lighthouse, EMAS or equivalent certificate.

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
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: 22/08/2022
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 22/08/2022
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Asker og Bærum tingrett
Postal address: Postboks 578
Town: Sandvika
Postal code: 1302
Country: Norway
VI.5)Date of dispatch of this notice:
15/06/2022