Procurement of emptying and transporting sludge.

The contracting authorities are responsible for municipal services within sludge and waste in tana, Nesseby, Sør-Varanger and Vadsø municipalities. The assignment includes handling interceptors for sludge with dewatering in the municipalities of Tana, Nesseby, Sør-Varanger and Vadsø. This includes the emptying of interceptors for sludge, and the transport of sludge …

CPV: 90513800 Schlammbehandlung, 90460000 Leerung von Klärgruben oder Faulbecken, 90000000 Abwasser- und Abfallbeseitigungs-, Reinigungs- und Umweltschutzdienste, 90400000 Dienstleistungen in der Abwasserbeseitigung, 90513700 Schlammtransport, 90500000 Dienstleistungen im Zusammenhang mit Siedlungs- und anderen Abfällen, 90510000 Beseitigung und Behandlung von Siedlungsabfällen, 90513600 Schlammbeseitigung
Frist:
10. März 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Procurement of emptying and transporting sludge.
Vergabestelle:
ØFAS HUSHOLDNING AS
Vergabenummer:
2025-1

1. Buyer

1.1 Buyer

Official name : ØFAS HUSHOLDNING AS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of emptying and transporting sludge.
Description : The contracting authorities are responsible for municipal services within sludge and waste in tana, Nesseby, Sør-Varanger and Vadsø municipalities. The assignment includes handling interceptors for sludge with dewatering in the municipalities of Tana, Nesseby, Sør-Varanger and Vadsø. This includes the emptying of interceptors for sludge, and the transport of sludge and waste to a treatment facility in Tana. The assignment also includes emptying and other additional work as well as duty stand-by.
Procedure identifier : 2e7da904-3816-45f2-aa13-ca1c8aa5cbeb
Internal identifier : 2025-1
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90513700 Sludge transport services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90400000 Sewage services
Additional classification ( cpv ): 90460000 Cesspool or septic tank emptying services
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90513600 Sludge removal services
Additional classification ( cpv ): 90513800 Sludge treatment services

2.1.2 Place of performance

Postal address : Deanugeaidnu 163
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
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.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
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)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
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).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
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?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
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 : Procurement of emptying and transporting sludge.
Description : The contracting authorities are responsible for municipal services within sludge and waste in tana, Nesseby, Sør-Varanger and Vadsø municipalities. The assignment includes handling interceptors for sludge with dewatering in the municipalities of Tana, Nesseby, Sør-Varanger and Vadsø. This includes the emptying of interceptors for sludge, and the transport of sludge and waste to a treatment facility in Tana. The assignment also includes emptying and other additional work as well as duty stand-by.
Internal identifier : 2025-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90513700 Sludge transport services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90400000 Sewage services
Additional classification ( cpv ): 90460000 Cesspool or septic tank emptying services
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90513600 Sludge removal services
Additional classification ( cpv ): 90513800 Sludge treatment services
Options :
Description of the options : The contract period is 2 years, with an option for an extension for 2 + 2 years, i.e. a total of 6 years.

5.1.2 Place of performance

Postal address : Deanugeaidnu 163
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/06/2025
Duration end date : 31/05/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contract period is 2 years, with an option for an extension for 2 + 2 years, i.e. a total of 6 years.

5.1.6 General information

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial capacity
Description : The tenderer must have the financial capacity to carry out the assignment/contract.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Tenderers are required to have a legally established company.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience
Description : The tenderer shall have experience with these types of deliveries. This type of deliveries means emptying interceptors for sludge/installations from households in winter conditions, as well as technical inspections of such interceptors for sludge.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Sufficient implementation ability
Description : Tenderers must have sufficient implementation ability to fulfil the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Tenderers are required to have a good and well functioning quality assurance system. The requirement must be fulfilled by the tenderer himself.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management system
Description : Tenderers are required to have a good and well-functioning environmental management system. The requirement must be fulfilled by the tenderer himself.
Use of this criterion : Used

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 10/03/2025 11:00 +00:00
Information about public opening :
Opening date : 10/03/2025 11:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett

8. Organisations

8.1 ORG-0001

Official name : ØFAS HUSHOLDNING AS
Registration number : 888321942
Postal address : Tanatorget
Town : Tana
Postcode : 9845
Country : Norway
Contact point : Jørgen Myhre
Telephone : +47 40639860
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Indre og Østre Finnmark tingrett
Registration number : 926722840
Postal address : Kirkegt. 22
Town : Vadsø
Postcode : 9800
Country : Norway
Telephone : 78 01 17 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 78011942-3a2e-4e9a-8a46-bd50195fb28d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/01/2025 15:57 +00:00
Notice dispatch date (eSender) : 31/01/2025 16:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00076389-2025
OJ S issue number : 24/2025
Publication date : 04/02/2025