The transport and spreading of biomass

The contracting authority for this procurement is Hias IKS. Hias IKS is an intermunicipal company that is a site owner and service provider for the areas water and sewage for the owner municipalities Hamar, Løten, Ringsaker and Stange. Further information on the activity is available at www.hias.noHias IKS annually produces …

CPV: 90513700 Sludge transport services, 90513800 Sludge treatment services, 90513900 Sludge disposal services
Deadline:
April 28, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
The transport and spreading of biomass
Awarding body:
Hias IKS
Award number:
2025/34

1. Buyer

1.1 Buyer

Official name : Hias IKS

2. Procedure

2.1 Procedure

Title : The transport and spreading of biomass
Description : The contracting authority for this procurement is Hias IKS. Hias IKS is an intermunicipal company that is a site owner and service provider for the areas water and sewage for the owner municipalities Hamar, Løten, Ringsaker and Stange. Further information on the activity is available at www.hias.noHias IKS annually produces approx. 5,000 tons of biomass at II with a TS (dry matter) percentage on average 34%. The biomass will be unloaded in closed containers, weighing approx. 11-13 tons per container, which must be collected by hook lorry and any hanger. The biomass shall preferably be transported to a temporary warehouse, or directly to local agriculture in the Contracting Authority's owner municipalities.
Procedure identifier : 202157a2-bb98-40fa-bbde-508d1a91e197
Internal identifier : 2025/34
Type of procedure : Open
Main features of the procedure : Hias IKS annually produces approx. 5,000 tons of biomass kl II with a TS (dry matter) percentage on average 34%. The biomass will be unloaded in closed containers, weighing approx. 11-13 tons per container, which must be collected by hook lorry and any hanger. The biomass shall preferably be transported to a temporary warehouse, or directly to local agriculture in the Contracting Authority's owner municipalities. The final product from the sewage treatment process is biomass. The biomass is an effective fertiliser and soil improvement product for agriculture and green areas. The biomass originated in sewage and bacteria that have grown on sewage and are a refined product. The effect of biomass is documented by experiments and use in agriculture. It contains all of the plant nutrients. That the mass is heated to 160 degrees, allows prions, which, for example, can transfer some animal and plant diseases, defused. The biomass is hygienic completely safe and free of sproutable weeds. Hias has cooperation with The Norwegian Agricultural Consultancy on Growth Research.

2.1.1 Purpose

Main nature of the contract : Services
Main 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

Postal address : Sandvikavegen 136
Town : Ottestad
Postcode : 2312
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information : All collections of biomass can be found at the stated address.

2.1.3 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften -

5. Lot

5.1 Lot technical ID : LOT-0000

Title : The transport and spreading of biomass
Description : The contracting authority for this procurement is Hias IKS. Hias IKS is an intermunicipal company that is a site owner and service provider for the areas water and sewage for the owner municipalities Hamar, Løten, Ringsaker and Stange. Further information on the activity is available at www.hias.noHias IKS annually produces approx. 5,000 tons of biomass at II with a TS (dry matter) percentage on average 34%. The biomass will be unloaded in closed containers, weighing approx. 11-13 tons per container, which must be collected by hook lorry and any hanger. The biomass shall preferably be transported to a temporary warehouse, or directly to local agriculture in the Contracting Authority's owner municipalities.
Internal identifier : 2025/34

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90513700 Sludge transport services
Additional classification ( cpv ): 90513800 Sludge treatment services
Additional classification ( cpv ): 90513900 Sludge disposal services
Quantity : 5 000 tonne
Options :
Description of the options : Not applicable

5.1.2 Place of performance

Postal address : Sandvikavegen 136
Town : Ottestad
Postcode : 2312
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information : All collections of biomass can be found at the stated address.

5.1.3 Estimated duration

Duration : 96 Month

5.1.4 Renewal

Maximum renewals : 4
The buyer reserves the right for additional purchases from the contractor, as described here : Thereafter the contract can be renewed automatically for 1 (one) year at a time, up to four times, unless terminated by one of the parties with 12 (twelve) months written notice before the renewal point.

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
This procurement is also suitable for small and medium-sized enterprises (SMEs)

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 : 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 : 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 : 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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Weighted 40 % The total total tender prices will be included
Weight (points, exact) : 4
Criterion :
Type : Quality
Name : Quality
Description : Quality - weighted 30% - Implementation and understanding of the service Points 2.1 - 2.5 and 2.8 - 2.13 in annex 1 is assessed and evaluated.
Weight (points, exact) : 3
Criterion :
Type : Quality
Name : Environment
Description : Weighted 30% The tenderer ́s current equipment and future equipment and actions Points 2.6 and 2.7 in Annex 1 are assessed and are counting.
Weight (points, exact) : 3
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 15/04/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/251407533.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
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 : 28/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 64 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Public documents such as tax certificate and company registration certificate as well as corrections/corrections of obvious errors or small defects.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : A waiting period of minimum 10 days will be accrued after the award of contract has been announced.

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Mediation organisation : Østre Innlandet Tingrett
Review organisation : Østre Innlandet Tingrett
Organisation providing additional information about the procurement procedure : Hias IKS
Organisation providing offline access to the procurement documents : Hias IKS
Organisation providing more information on the review procedures : Østre Innlandet Tingrett
Organisation receiving requests to participate : Hias IKS
Organisation processing tenders : Hias IKS

8. Organisations

8.1 ORG-0001

Official name : Hias IKS
Registration number : 947293265
Postal address : Sandvikavegen 136
Town : OTTESTAD
Postcode : 2312
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Tor Einar Heia
Telephone : +47 98240098
Internet address : http://www.hias.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Østre Innlandet Tingrett
Registration number : 926723669
Department : Hamar
Postal address : Østregate 41
Town : Hamar
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : +47 62782700
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : a2ab7394-9acc-48a7-8efe-2637f4dba5ad - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 14/03/2025 08:03 +00:00
Notice dispatch date (eSender) : 14/03/2025 08:40 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00170315-2025
OJ S issue number : 53/2025
Publication date : 17/03/2025