Procurement of a press for waste management

The contracting authority intends to enter into a contract for the procurement of a press with or without feed bands for use in waste management. The press shall as a minimum be able to be used for compressing and bundling paper, cardboard, plastic packaging, hard plastic and agricultural plastic. Other …

CPV: 16331000 Pick-up balers, 39713300 Rubbish compactors, 42121000 Hydraulic or pneumatic power engines and motors, 42124000 Parts of pumps, compressors, engines or motors, 42642500 Machine tools for working hard plastics, 42900000 Miscellaneous general and special-purpose machinery, 42921300 Packing or wrapping machinery, 42990000 Miscellaneous special-purpose machinery
Place of execution:
Procurement of a press for waste management
Awarding body:
SETESDAL MILJØ & GJENVINNING IKS
Award number:
2025 avfallspresse

1. Buyer

1.1 Buyer

Official name : SETESDAL MILJØ & GJENVINNING IKS
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Procurement of a press for waste management
Description : The contracting authority intends to enter into a contract for the procurement of a press with or without feed bands for use in waste management. The press shall as a minimum be able to be used for compressing and bundling paper, cardboard, plastic packaging, hard plastic and agricultural plastic. Other fractions can also be relevant based on what the offered equipment is suitable for. The press shall have a minimum of 60 tonnes of press power. Tenderers must describe their assessments and state the reference facilities in their tender offer.
Procedure identifier : 05ba11c5-a954-4fcf-b05f-dd7a61c6e68e
Internal identifier : 2025 avfallspresse
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39713300 Rubbish compactors
Additional classification ( cpv ): 16331000 Pick-up balers
Additional classification ( cpv ): 42121000 Hydraulic or pneumatic power engines and motors
Additional classification ( cpv ): 42124000 Parts of pumps, compressors, engines or motors
Additional classification ( cpv ): 42642500 Machine tools for working hard plastics
Additional classification ( cpv ): 42900000 Miscellaneous general and special-purpose machinery
Additional classification ( cpv ): 42921300 Packing or wrapping machinery
Additional classification ( cpv ): 42990000 Miscellaneous special-purpose machinery

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )

2.1.3 Value

Estimated value excluding VAT : 2 500 000 Norwegian krone

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 a press for waste management
Description : The contracting authority intends to enter into a contract for the procurement of a press with or without feed bands for use in waste management. The press shall as a minimum be able to be used for compressing and bundling paper, cardboard, plastic packaging, hard plastic and agricultural plastic. Other fractions can also be relevant based on what the offered equipment is suitable for. The press shall have a minimum of 60 tonnes of press power. Tenderers must describe their assessments and state the reference facilities in their tender offer.
Internal identifier : 2025 avfallspresse

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39713300 Rubbish compactors
Additional classification ( cpv ): 16331000 Pick-up balers
Additional classification ( cpv ): 42121000 Hydraulic or pneumatic power engines and motors
Additional classification ( cpv ): 42124000 Parts of pumps, compressors, engines or motors
Additional classification ( cpv ): 42642500 Machine tools for working hard plastics
Additional classification ( cpv ): 42900000 Miscellaneous general and special-purpose machinery
Additional classification ( cpv ): 42921300 Packing or wrapping machinery
Additional classification ( cpv ): 42990000 Miscellaneous special-purpose machinery
Options :
Description of the options : The contracting authority shall have an option for a service agreement with a duration of five years on the offered equipment.

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 2 500 000 Norwegian krone

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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration. A credit rating from a certified credit rating company based on the most recent financial figures. The key figures in the accounts must be presented together with an assessment of the tenderer's payment experience. or The tenderer can instead choose to attach annual accounts from the last two years. These must contain notes and auditor's reports. The contracting authority can free of charge undertake an assessment of the tenderer's economic and financial position by using the service's own credit check. A credit rating is to be submitted together with the tender enquiry.
Use of this criterion : 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. A company registration certificate is to be submitted together with the tender enquiry.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for public goods deliveries
Description : Tenderers shall have good experience from execution of equivalent deliveries of press/installations for compressing and bunding stated fractions: Paper, cardboard, plastic packaging, hard plastic and agricultural plastic. Documentation requirement: List with an overview of equivalent deliveries. The list shall as a minimum contain: • Name of the customer/contracting authority • Contact person and contact information (telephone and email) • Date of the delivery. • Contract value and scope • Brief description of the delivery. Use annex 5 - reference form to document this. Tenderers shall submit documentation of equivalent assignments, in the form of a completed reference form together with the tender enquiry.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tender price for the offered system + price for options.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Quality
Description : Quality, including performance and functionality.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Environment
Description : Environment - Energy Efficiency The offered system will be evaluated as to how energy efficient it is.
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

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
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 28/02/2025 11:00 +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 : Agder Tingrett
Organisation providing additional information about the procurement procedure : SETESDAL MILJØ & GJENVINNING IKS
Organisation providing offline access to the procurement documents : Odin Prosjekt AS

8. Organisations

8.1 ORG-0001

Official name : SETESDAL MILJØ & GJENVINNING IKS
Registration number : 988575941
Postal address : Setesdalsvegen 1073
Town : Evje
Postcode : 4735
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Kristina Eek-Larsen
Telephone : +47 97093944
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Odin Prosjekt AS
Registration number : Odin Prosjekt AS
Department : Odin Prosjekt AS
Postal address : Fab
Town : Bergen
Postcode : 5258
Country : Norway
Contact point : Kristina Eek-Larsen
Telephone : 97093944
Roles of this organisation :
Organisation providing offline access to the procurement documents

8.1 ORG-0003

Official name : Agder Tingrett
Registration number : 926723480
Department : Kristiansand
Town : Krist
Country : Norway
Telephone : 38176300
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : d4167d41-aafe-4820-a4e3-89d6ce127568 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/01/2025 12:59 +00:00
Notice dispatch date (eSender) : 27/01/2025 13:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00058073-2025
OJ S issue number : 19/2025
Publication date : 28/01/2025