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 authorityRegional or local agency/office
I.5)Main activityOther activity: Waste management.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework agreement for transport and disposal of hazardous waste
Reference number: 2021/214
II.1.2)Main CPV code90512000 Refuse transport services
II.1.3)Type of contractServices
II.1.4)Short description:
Avfall Sør will enter into a framework agreement for ‘Transport and disposal of hazardous waste’.
Transport means collection of hazardous waste from recycling stations and waste plants (hereafter called reception) to the service provider’s treatment plant. Treatment means responsible final treatment of hazardous waste in accordance with regulations.
See the tender documentation with annexes for further information.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)90510000 Refuse disposal and treatment
90520000 Radioactive-, toxic-, medical- and hazardous waste services
II.2.3)Place of performanceNUTS code: NO092 Agder
Main site or place of performance:
Kristiansand Municipality, Vennesla Municipality
II.2.4)Description of the procurement:
The receptions sort and package the waste ready for further transport. Declaration of hazardous waste is carried out by employees at the individual reception at www.avfallsdeklarering.no. Estimated collection frequency per reception is shown in a separate table (see point 4 in this document). Fluctuations in quantities and collection frequency must be anticipated during the year.
Waste types included in the contract are listed in price form appendix 2 (other types of hazardous waste can occur).
Painting, glue and lacquer will be part of this contract until 31.07.2022. From 01.08.2022 this type of hazardous waste (painting, glue and lacquer) will be an option for Avfall Sør AS. The contracting authority is free to choose whether the option is triggered. It is assumed that the price of the option will be the same as offered for the period of time paint, glue and lacquer are part of the contract. The options are further described under the point concerning scope of the contract.
Option:
- Paint, glue and lacquer
- Led accumulator
- Covers for plastic dishes
II.2.5)Award criteriaCriteria below
Cost criterion - Name: Sum of costs for all of the waste types (price form Appendix 2) / Weighting: 100
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 02/02/2022
End: 01/02/2023
This contract is subject to renewal: yes
Description of renewals:
one year + one year (1+1)
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Option 1 for the waste type paint, glue and lacquer:
Initially until 31.07.2022, the waste type paint, glue and lacquer will be part of the contract. From 01.08.2022 this type of hazardous waste will be an option for the contracting authority with the opportunity to extend the contract for one month at a time. It is assumed that the option price will be the same as the price given for the first part of the contract. The contracting authority will give one month notice in advance if the option will be triggered.
Option 2 for transport and disposal of lead accumulators
Due to the fact that lead accumulators are a sales fraction it is included in a separate option. Price must be given in Appendix 2 price form, option 2.
Option 3 for purchase of ventilation covers for plastic plates:
The contracting authority wants an option to purchase ventilation covers for the plastic plates offered in this framework agreement, function equivalent to/better than image in Appendix 2, option 3. Price must be given in Appendix 2 price form, option 3.
In addition there is an option to extend the contract for one year + one year.
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
The tenderers must have a three month validity period.
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:
See the tender documentation and annexes.
III.1.2)Economic and financial standingList and brief description of selection criteria:
See the tender documentation and annexes.
Minimum level(s) of standards possibly required:
See the tender documentation and annexes.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
See the tender documentation and annexes.
Minimum level(s) of standards possibly required:
See the tender documentation and annexes.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See the tender documentation and annexes.
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: 22/12/2021
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.2.7)Conditions for opening of tendersDate: 22/12/2021
Local time: 12:00
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: Tingretten i Kristiansand
Town: Kristiansand
Country: Norway
VI.5)Date of dispatch of this notice:23/11/2021