Framework agreement for the procurement of buried waste containers

Buried waste containers are used in the municipalities of Kristiansand and Vennesla in new residential areas and in some sealing beginnings. Avfall Sør would like to enter into a new framework agreement for the procurement and delivery of buried waste containers and associated equipment. In addition we would like an …

CPV: 44613700 Contenedores de basura, 44613800 Contenedores para residuos
Plazo:
25 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for the procurement of buried waste containers
Organismo adjudicador:
Avfall Sør AS
Número de premio:
2025/12

1. Buyer

1.1 Buyer

Official name : Avfall Sør AS
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for the procurement of buried waste containers
Description : Buried waste containers are used in the municipalities of Kristiansand and Vennesla in new residential areas and in some sealing beginnings. Avfall Sør would like to enter into a new framework agreement for the procurement and delivery of buried waste containers and associated equipment. In addition we would like an option for the procurement of semi-buried waste containers and bottom emptying surface containers.
Procedure identifier : 6d138e3c-8403-4b95-aef8-f869afc88c9d
Internal identifier : 2025/12
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Avfall Sør AS would like to enter into a framework agreement with a tenderer who can deliver buried waste containers that are functional and aesthetically designed so that the area where they are placed looks nice. The devices must be suitable for use and function in all weather conditions. The procurement requirements are given in Annex 3 "Requirement Specifications".

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 44613800 Containers for waste material

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : Agder County, The Municipalities; Kristiansand and Vennesla

2.1.3 Value

Estimated value excluding VAT : 27 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

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?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : Framework agreement for the procurement of buried waste containers
Description : Buried waste containers are used in the municipalities of Kristiansand and Vennesla in new residential areas and in some sealing beginnings. Avfall Sør would like to enter into a new framework agreement for the procurement and delivery of buried waste containers and associated equipment. In addition we would like an option for the procurement of semi-buried waste containers and bottom emptying surface containers.
Internal identifier : 2025/12

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 44613800 Containers for waste material
Options :
Description of the options : Option for semi-buried containers and bottom emptying surface containers, ref. annex 3 Requirement Specifications and Annex 4 Price Form.

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : Agder County, The Municipalities; Kristiansand and Vennesla

5.1.3 Estimated duration

Start date : 31/05/2025
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 : 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 27 000 000 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) : no
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 : Economic and financial standing
Name : The certificate must not be more than 6 years old.
Description : Tenderers shall have their tax and VAT payments in order (ESPD: Part II A.e.). Documentation requirement: A certificate showing paid VAT, taxes and social security contributions is required. Certificate issued by a competent authority in the member country, confirming that the tenderer has fulfilled his obligations as regards the payment of VAT, tax and social security contributions in the country where the tenderer belongs. The certificate must not be more than six months from the tender deadline. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Credit worthy tenderer
Description : Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documented by: Credit rating based on the last known accounting figures. The rating shall be carried out by a credit rating company with a licence to conduct this service (overview of certified companies in www.datatilsynet.no). If a tenderer has a justifiable reason, he can document his economic and financial capacity by presenting any other document that the contracting authority deems suitable. 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 system/quality management system.
Description : Requirement: Tenderers shall have a well-functioning quality assurance system for the services that shall be provided under the contract. Documented by either: a) A copy of the system certificate issued by an accredited certification body or equivalent documentation, or b) Documentation and description of the tenderer's quality assurance system Minimum requirement for qualification requirements.
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental management system
Description : Requirement: Tenderers shall have a well-functioning environmental management system for the services that shall be provided under the contract. Documented by either: a) A copy of the system certificate issued by an accredited certification body or equivalent documentation, or b) Documentation and description of the tenderer's environmental management system, Minimum requirements for 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 : Used
Criterion :
Type : Technical and professional ability
Name : Only for public goods deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important 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 : Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with certificates.
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : When procuring goods: Certificates issued by official bodies for quality control
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Prevailing rights over the sub-supplier's personnel or technical equipment
Description : Tenderers are required to have the right to use sub-supplier(s) if relevant. Documented by: A signed commitment statement from the relevant sub-suppliers, use Annex 5 Commitment Statement. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Relevant experience
Description : Requirement: Tenderers shall have experience from assignments of an equivalent nature and scope Documentation requirement: Description of the tenderer's three most relevant assignments in the last three years. Minimum qualification requirements
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Unit prices shall be stated in the price form, annex 4. The stated price shall cover all costs for products in the contract, including, among other things; Annex 4 "Price Form" and Annex 3 "Requirement Specifications". The "price" award criteria will form the basis of the tenderer's unit prices; annex 4 Price Form will form the basis for the evaluation. Tenders with the lowest price/evaluation sum will be awarded ten points. Other tenderers will get points relative to the tenderer with the lowest price/evaluation sum. The achieved score will furthermore be multiplied by the stated weight for the criterion. If there is a 100% price difference from the lowest price, 0 points will be given.
Weight (points, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description : The award criteria "Quality" shall be answered in Annex 3 "Requirement Form" and any tenderer ́s own description of the requested products quality. If there is not enough room in the form to respond to the requirement, it can be answered on a separate sheet with a clear reference to which requirement has been answered. On the award criteria "Quality" the tenderer ́s response to the requirements no. 1-48 in; annex 3 "Requirement Form", as well as the tenderer ́s own description of quality beyond the requirements, will form the basis for the evaluation. The contracting authority will carry out an overall assessment of taking care of the requirements and any supplementary fulfilment of the requirements, as well as reward qualities in the tenderer's description of quality, if this has a value for the contracting authority. Extra emphasis will be put on the delivery time in the overall assessment, which shall be answered in annex 3 "Kravskjema", point 42. The contracting authority will carry out an overall assessment of the tenderer ́s response to quality. The tender that best complies with the contracting authority's requirements and any additional fulfilment of the requirements, as well as describing the products ́ other qualities that are of value to the contracting authority, will be assessed as best and awarded 10 points. Other tenderers will be awarded points as regards the tender that the contracting authority has assessed as best. The awarded score will be multiplied by the stated weight for quality.
Weight (points, exact) : 30
Criterion :
Type : Quality
Name : Environment; Climate footprint and share of recycled material (50%)+ Guarantee time and terms (50%).
Description : The award criteria "Miljø" shall be answered in annex 3 "Kravskjema" and any tenderer ́s own description of the criteria. Climate footprint and share of recycled material (50% of the award criteria Environment): Tenderers are asked to provide environmental information connected to the production and transport of the containers. The documentation may be in the form of EPDs, but this is not a requirement. As a minimum the estimated amount of recycled steel, greenhouse gas emissions from the production of outer containers and the estimated transport distance and mode of transport must be stated. Warranty time and terms (50% of the award criteria Environment): Tenderers are asked to provide the warranty time and terms for the different parts (e.g. outer containers, inner containers, electronics and battery). The guarantee period shall also be stated. If there is not enough room in the form to respond to the requirements, it can be answered on a separate sheet with a clear reference to which requirement has been answered. Evaluation: Climate footprint and share of recycled material: Waste South wants the lowest possible climate footprint and increased use of recycled material. The tenderer ́s response to the award criteria and point 49 in Annex 3 "Requirement Specifications" will form the basis for the evaluation of this criteria. Guarantee period and terms: Avfall Sør wants a long lifetime of products and equipment. The tenderer ́s response to the award criteria and point 50 in Annex 3 "Requirement Specifications" will form the basis for the evaluation of this criteria. The contracting authority will carry out an overall assessment of the tenderer ́s response to the above criteria. The tender that, in the general assessment, is assessed to have; The best measure for the lowest climate footprint and the highest percentage of recycled material, as well as the best warranty time and terms will be awarded 10 points. Other tenders will be awarded points as regards the tender that the contracting authority has assessed as best. The awarded score will be multiplied by the stated weight for the award criteria; "Environment".
Weight (points, 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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/04/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/240724049.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 : 25/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 92 Day
Information about public opening :
Opening date : 25/04/2025 10:00 +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 : no
Electronic payment will be used : yes

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 : Agder Tingrett

8. Organisations

8.1 ORG-0001

Official name : Avfall Sør AS
Registration number : 995646137
Postal address : Postboks 4094
Town : KRISTIANSAND S
Postcode : 4633
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Lene Saga Mosby
Telephone : +47 38177070
Internet address : http://www.avfallsor.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

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

11. Notice information

11.1 Notice information

Notice identifier/version : 201ece00-899a-4994-81d9-9f99749f9b86 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 18/03/2025 08:40 +00:00
Notice dispatch date (eSender) : 18/03/2025 09:17 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00177762-2025
OJ S issue number : 55/2025
Publication date : 19/03/2025