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 authorityOther type: Waste Management Company
I.5)Main activityOther activity: Collection and reception of household waste and reception of business waste.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Procurement of Waste Collection Vehicles
Reference number: 2020/121
II.1.2)Main CPV code34144512 Refuse-compaction vehicles
II.1.3)Type of contractSupplies
II.1.4)Short description:
Sirkula IKS is the contracting authority for the procurement. Sirkula IKS is an inter municipal company that is a sanitation service provider to Hamar, Løten, Ringsaker and Stange municipalities. Further information about the business is available at www.sirkula.no
II.1.5)Estimated total valueValue excluding VAT: 30 000 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)34144511 Refuse-collection vehicles
II.2.3)Place of performanceNUTS code: NO021 Hedmark
Main site or place of performance:
II.2.4)Description of the procurement:
The current waste collection vehicles are nearing replacement due to age. The contracting authority wants to enter into a framework agreement with one supplier for the delivery of one to three vehicles a year. In this way, the contracting authority ensures the opportunity to replace waste collection vehicles as each individual vehicles nears the end of the estimated lifetime.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 30 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The minimum framework agreement duration will be 2 years. The contracting authority will have the unilateral right to extend the framework agreement on verbatim terms for an additional 2 years. Triggering of options will occur with intervals of 1 year + 1 year.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
See the attached Requirement Specification point 2.4.
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Requirement:
Tenderers must be registered in a company register, professional register or a trade register in the country where the tenderer is established.
Documentation requirement:
Norwegian tenderers: Company Registration Certificate
Foreign tenderers: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Requirement:
The tenderer must have sufficient solidity and financial capacity to execute the contract as well as any options.
Documentation requirement:
Credit rating based on the most recent accounting figures. The rating must be carried out by a credit rating company with a license to conduct this service.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Requirement 1:
The tenderer must have satisfactory routines for quality assurance that safeguard health, environment and safety.
Documentation requirement:
A description of the tenderer´s quality assurance methods.
If the tenderer is certified in accordance with ISO 9001 or equivalent standard, it is sufficient to present a copy of a valid certificate.
Requirement 2:
Tenderers must have experience from comparable assignments.
Documentation requirement:
Description of up to three of the tenderer's most relevant assignments during the last 3 years. The list must include a statement of the deliveries' value, dates and recipients (name, telephone number and e-mail address). It is the tenderer's responsibility to confirm relevance through the description.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Requirements regarding wages and working conditions
The contract will include a requirement concerning wages and work conditions, documentation and sanctions in accordance with the Wages and Working Conditions Regulation of the 8 February 2008 No 112.
Tenderers must fulfil applicable requirements for their employees.
Tenderers must accept and adhere to the applicable HSE rules for the Sirkulas system.
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 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 participateDate: 21/08/2020
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 tenderTender must be valid until: 01/12/2020
IV.2.7)Conditions for opening of tendersDate: 21/08/2020
Local time: 12:00
Place:
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: Hedmarken tingrett
Postal address: Postboks 4450
Town: Hamar
Postal code: 2326
Country: Norway
VI.5)Date of dispatch of this notice:15/07/2020