Tender for Waste Services 2025

Tradebroker will, on behalf of its member companies, enter into a framework agreement with a tenderer for the delivery of Waste Services. Tradebroker shall enter into framework agreements with a tenderer who can deliver a broad spectrum of products and services in this area. Tenderers shall contribute in a cost …

CPV: 90500000 Dienstleistungen im Zusammenhang mit Siedlungs- und anderen Abfällen, 90510000 Beseitigung und Behandlung von Siedlungsabfällen, 90511000 Abholung von Siedlungsabfällen, 90511200 Einsammeln von Hausmüll, 90511300 Müllsammlung, 90513000 Behandlung und Beseitigung ungefährlicher Siedlungs- und anderer Abfälle
Ausführungsort:
Tender for Waste Services 2025
Vergabestelle:
Stiftelsen Tradebroker
Vergabenummer:
304

1. Buyer

1.1 Buyer

Official name : Stiftelsen Tradebroker
Legal type of the buyer : Local authority
Activity of the contracting entity : Postal services

1.1 Buyer

Official name : Bane NOR SF
Legal type of the buyer : Local authority
Activity of the contracting entity : Railway services

1.1 Buyer

Official name : Entur AS
Legal type of the buyer : Local authority
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : Lyse AS
Legal type of the buyer : Local authority
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Posten Bring AS
Legal type of the buyer : Local authority
Activity of the contracting entity : Postal services

1.1 Buyer

Official name : Skagerak Energi AS
Legal type of the buyer : Local authority
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Statnett SF
Legal type of the buyer : Local authority
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Vygruppen AS
Legal type of the buyer : Local authority
Activity of the contracting entity : Railway services

1.1 Buyer

Official name : Sporveien AS
Legal type of the buyer : Local authority
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : Tender for Waste Services 2025
Description : Tradebroker will, on behalf of its member companies, enter into a framework agreement with a tenderer for the delivery of Waste Services. Tradebroker shall enter into framework agreements with a tenderer who can deliver a broad spectrum of products and services in this area. Tenderers shall contribute in a cost efficient and environmental and socially responsible manner. The tenderer shall also contribute to automating processes and systems so that manual processes can be reduced. Tenderers shall also be a consultant for handling different types of waste fractions, including hazardous waste.
Procedure identifier : 9f657bcb-3343-45df-9b94-8bd3dbf57050
Internal identifier : 304
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90511200 Household-refuse collection services
Additional classification ( cpv ): 90511300 Litter collection services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Svalbard ( NO0B2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 2 100 000 000 Norwegian krone
Maximum value of the framework agreement : 2 100 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Tender for Waste Services 2025
Description : Tradebroker will, on behalf of its member companies, enter into a framework agreement with a tenderer for the delivery of Waste Services. Tradebroker shall enter into framework agreements with a tenderer who can deliver a broad spectrum of products and services in this area. Tenderers shall contribute in a cost efficient and environmental and socially responsible manner. The tenderer shall also contribute to automating processes and systems so that manual processes can be reduced. Tenderers shall also be a consultant for handling different types of waste fractions, including hazardous waste.
Internal identifier : 304

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90511200 Household-refuse collection services
Additional classification ( cpv ): 90511300 Litter collection services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services

5.1.4 Renewal

Maximum renewals : 0

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 : Payment of tax and VAT.
Description : Tenderers shall have their tax and VAT payments in order. Documentation requirements: Tenderers shall submit a valid tax and VAT certificate, not older than 6 months.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration
Description : The tenderer shall be a legally established company. Documentation requirements: Tenderers shall submit a valid Company Registration Certificate, not older than 6 months.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer's quality assurance system.
Description : Tenderers shall have a quality assurance system for deliveries (ISO 9001:2015 or equivalent). Documentation requirements: Tenderers shall provide a certification certificate from an independent body that confirms the tenderer ́s quality assurance system, or other documentation that shows that the tenderer has quality assurance measures equivalent to ISO 9001:2015. Tenderers shall, as a minimum, give a general description of the quality assurance system.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer's environmental management system and measures.
Description : Tenderers shall have an environmental management system. Documentation requirements: Tenderers shall submit certification certificates from ISO 14001:2015, Miljøfyrtårn, EMAS or equivalent issued by an independent body. If the tenderer does not have the mentioned environmental management systems, documentation shall be enclosed that shows that the tenderer has equivalent environmental management measures. As a minimum, a general description of the environmental management system shall be given.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Ethical trade and traceability
Description : Tenderers shall have established a quality assurance system for traceability and ethical trade. This means that the tenderer has methods of quality assurance, describing how the company works to comply with ethical trade and traceability in operations and in the supply chain in accordance with the requirements of the Transparency Act.  Documentation requirements: Tenderers shall document an established quality assurance system for traceability and ethical trade. Including that the tenderer documents an overview of and shares information on where different parts of the goods are produced and where the raw products come from.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Financial considerations 40%
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name :
Description : Environmental savings and measures - weight 30%
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name :
Description : Solution description and implementation ability 30%
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/304
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 17/03/2025 15:00 +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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Follo og Nordre Østfold tingrett
Organisation providing additional information about the procurement procedure : Stiftelsen Tradebroker
Organisation receiving requests to participate : Artifik AS
Procurement service provider : Artifik AS

8. Organisations

8.1 ORG-0001

Official name : Stiftelsen Tradebroker
Registration number : 960479777
Postal address : Rosenholmveien 25
Town : Nordre Follo
Postcode : 1414
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Terje Fagervik
Telephone : +47 22886070
Internet address : https://tradebroker.no/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Bane NOR SF
Registration number : 917082308
Postal address : Schweigaards gate 33
Town : Oslo
Postcode : 0191
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Sofie Strømme Legernæs
Telephone : +47
Internet address : http://www.banenor.no/
Buyer profile : http://www.banenor.no/
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Entur AS
Registration number : 917422575
Postal address : Rådhusgata 5
Town : Oslo
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Kristoffer Cyrille Nolin
Telephone : +47
Internet address : https://entur.no/
Buyer profile : https://entur.no/
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Lyse AS
Registration number : 980001482
Postal address : Breiflåtveien 18
Town : Stavanger
Postcode : 4017
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Gaute Andreas Tyberø
Telephone : +47
Internet address : https://www.lyse.no/
Buyer profile : https://www.lyse.no/
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Posten Bring AS
Registration number : 984661185
Postal address : Biskop Gunnerus' gate 14A
Town : Oslo
Postcode : 0185
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Kristin Ulstein
Telephone : +47
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Skagerak Energi AS
Registration number : 980495302
Postal address : Floodeløkka 1
Town : Porsgrunn
Postcode : 3915
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Contact point : Mona Lund
Telephone : +47
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Statnett SF
Registration number : 962986633
Postal address : Nydalen allé 33
Town : Oslo
Postcode : 0484
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Bente Julsvoll
Telephone : +47
Internet address : https://www.statnett.no/
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Vygruppen AS
Registration number : 984661177
Postal address : Schweigaards gate 23
Town : Oslo
Postcode : 0191
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Adriana Lalinde
Telephone : +47
Internet address : https://www.vy.no/
Buyer profile : https://www.vy.no/
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Sporveien AS
Registration number : 915070434
Postal address : Økernveien 9
Town : Oslo
Postcode : 0653
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Lotte Brattli
Telephone : +47
Internet address : https://www.sporveien.no
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Follo og Nordre Østfold tingrett
Registration number : 926725920
Postal address : Postboks 64
Town : Ski
Postcode : 1401
Country : Norway
Telephone : +47 64003000
Roles of this organisation :
Review organisation

8.1 ORG-0011

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate

11. Notice information

11.1 Notice information

Notice identifier/version : 0e82da2c-2319-4613-8ab6-2c5fa50ec09b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/02/2025 13:02 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00104268-2025
OJ S issue number : 33/2025
Publication date : 17/02/2025