Framework agreement for emptying sludge and inspections of sewage installations.

The aim of the procurement is to establish a framework agreement for emptying sludge from private sewage facilities (interceptors for sludge and sealed tanks) and municipal plants for Vaksdal municipality, as well as the transport of sludge to suitable treatment facilities. The framework agreement also includes inspections and reporting of …

CPV: 90513800 Schlammbehandlung, 90513700 Schlammtransport, 90510000 Beseitigung und Behandlung von Siedlungsabfällen, 90511000 Abholung von Siedlungsabfällen, 90513600 Schlammbeseitigung, 90513900 Schlammentsorgung
Frist:
5. März 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Framework agreement for emptying sludge and inspections of sewage installations.
Vergabestelle:
Vaksdal kommune
Vergabenummer:
2024/2292

1. Buyer

1.1 Buyer

Official name : Vaksdal kommune
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Framework agreement for emptying sludge and inspections of sewage installations.
Description : The aim of the procurement is to establish a framework agreement for emptying sludge from private sewage facilities (interceptors for sludge and sealed tanks) and municipal plants for Vaksdal municipality, as well as the transport of sludge to suitable treatment facilities. The framework agreement also includes inspections and reporting of the condition of private facilities.
Procedure identifier : d89ef45d-53ee-4a18-861b-c60ef6844fd0
Internal identifier : 2024/2292
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The work in the framework agreement includes loading, transport, emptying sludge/septic, control of private sewage installations and handling the public. This will be a continual process throughout the year, the plan for the work will be determined in cooperation with the contracting authority. Other services that naturally right under the agreement area can also be included in the framework agreement. Other assignments include suction/flushing sand manholes, pipeline network, pumping stations etc. Tenderers must have the capacity and suitable equipment to handle some increase/change of installations in the contract. The start-up date of the framework agreement is soon after the waiting period expires. Tenderers must be able to collect sludge from planned emptying from May 2025.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90513600 Sludge removal services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90513700 Sludge transport services
Additional classification ( cpv ): 90513800 Sludge treatment services
Additional classification ( cpv ): 90513900 Sludge disposal services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 25 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften -

2.1.6 Grounds for exclusion

Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for emptying sludge and inspections of sewage installations.
Description : The aim of the procurement is to establish a framework agreement for emptying sludge from private sewage facilities (interceptors for sludge and sealed tanks) and municipal plants for Vaksdal municipality, as well as the transport of sludge to suitable treatment facilities. The framework agreement also includes inspections and reporting of the condition of private facilities.
Internal identifier : 2024/2292

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90513600 Sludge removal services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90513700 Sludge transport services
Additional classification ( cpv ): 90513800 Sludge treatment services
Additional classification ( cpv ): 90513900 Sludge disposal services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/04/2025
Duration end date : 01/05/2033

5.1.4 Renewal

Maximum renewals : 4

5.1.5 Value

Estimated value excluding VAT : 25 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Economic and financial position requirements
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Documentation requirement: The assessment shall be based on the most recent accounting figures. The key figures in the requirement must be presented together with an assessment of the tenderer's payment experience. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Quality assurance and environmental management system - Quality management.
Description : Tenderers shall have good routines for quality management, that cover the activities included in this agreement. Documentation requirement: Presentation of the tenderer's quality management methods, with emphasis on quality assurance, resource management, management and continuous analysis and improvement. If a tenderer is certified in accordance with ISO 9001 or equivalent standard, it is satisfactory to present a copy of a valid certificate. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance and environmental management system - Environmental management system
Description : The tenderer shall have an established environmental management system, which covers the activities included in this agreement. Documentation requirement: Presentation of the tenderer's environmental management system. If the tenderer is certified in accordance with ISO 14001, EMAS, Miljøfyrtårn or equivalent 3rd party verified system, it will be sufficient to present a copy of a valid certificate. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration, authorisation etc. requirements.
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Confirmation that the company is registered in a company register, professional register or a trade register in accordance with the legislation in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualification requirements - Experience
Description : Tenderers shall have good experience from comparable contracts. Similar assignments are either a framework agreement or the handling of a number of individual assignments, which together correspond to the assignments included in this agreement. Documentation requirement: Presentation of the tenderer ́s relevant assignments during the last 3 years. The presentation must include information on: • Name and contact information of the contracting authority. • Brief description of the delivery and what deliveries the tenderer carried out. • Date (from/to) • Scope/value Use the template for the reference form attached in part I annex 5. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirement for technical and professional qualifications - Requirement for capacity and implementation ability.
Description : Tenderers must have sufficient capacity and implementation ability to carry out the assignments covered by the framework agreement within the given limits and deadlines. Tenderers must have a sufficient number of crew, vehicles, machines and equipment to handle the assignments included in the framework agreement, cf. Annex 1 Requirement Specifications. Tenderers must have sufficient capacity to handle assignments during staff holidays, illnesses and other absences and the tenderer must therefore have spare capacity for crew, vehicles, machines and equipment. Documentation requirement: A short overview (the tenderer's own document, in table form) that highlights the number of skilled workers, auxiliary crews, apprentices, vehicles, machines and equipment that the tenderer has at their disposal for handling the extent of this framework agreement, including spare capacity. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 18/02/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/246929536.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 05/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 05/03/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : In accordance with the tender documentation.
Electronic invoicing : Required
Financial arrangement : In accordance with the tender documentation.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett
Organisation providing additional information about the procurement procedure : Odin Prosjekt AS

8. Organisations

8.1 ORG-0001

Official name : Odin Prosjekt AS
Registration number : 994950967
Postal address : Fabrikkgaten 6
Town : BERGEN
Postcode : 5059
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Henrik Leistad
Telephone : +47 90063037
Internet address : https://odinprosjekt.no/
Roles of this organisation :
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Vaksdal kommune
Registration number : 961 821 967
Town : Dalekvam
Country : Norway
Telephone : 56 59 44 00
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Hordaland tingrett
Registration number : 926 723 367
Town : Bergen
Country : Norway
Telephone : 55699700
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : dc93c763-b5da-41ee-bf4b-40fa43a385c8 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/01/2025 09:29 +00:00
Notice dispatch date (eSender) : 23/01/2025 10:06 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00052565-2025
OJ S issue number : 17/2025
Publication date : 24/01/2025