Sanitation Services

Politiets fellestjenester shall enter into a service contract for the procurement of sanitation services on behalf of the police department. Finnmark Police District, Trom's Police District and Nordland Police District are not included in this procurement. Politiets sikkerhetstjeneste og Oslo politidistrikts lokasjon Politiets nasjonale beredskapssenter have an option to join …

CPV: 90510000 Eliminación y tratamiento de desperdicios, 90000000 Servicios de alcantarillado, basura, limpieza y medio ambiente, 90400000 Servicios de alcantarillado, 90500000 Servicios relacionados con desperdicios y residuos, 90511000 Servicios de recogida de desperdicios, 90512000 Servicios de transporte de desperdicios, 90513000 Servicios de tratamiento y eliminación de desperdicios y residuos no peligrosos, 90514000 Servicios de reciclado de desperdicios
Plazo:
28 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Sanitation Services
Organismo adjudicador:
Politiets fellestjenester
Número de premio:
24/83122

1. Buyer

1.1 Buyer

Official name : Politiets fellestjenester
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Sanitation Services
Description : Politiets fellestjenester shall enter into a service contract for the procurement of sanitation services on behalf of the police department. Finnmark Police District, Trom's Police District and Nordland Police District are not included in this procurement. Politiets sikkerhetstjeneste og Oslo politidistrikts lokasjon Politiets nasjonale beredskapssenter have an option to join the agreement. The procurement is divided into the following sub-contracts: Sub-contract 1 Oslo and East Sub-contract 2 South Sub-contract 3 West Sub-contract 4 Mid
Procedure identifier : c6901895-32f8-4593-91d2-3232bb0de83f
Internal identifier : 24/83122
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 ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90400000 Sewage services
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Additional classification ( cpv ): 90514000 Refuse recycling services

2.1.2 Place of performance

Anywhere
Additional information : The contracting authority ́s locations are stated in the tender documents.

2.1.3 Value

Estimated value excluding VAT : 44 000 000 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 : Sanitation Services
Description : Politiets fellestjenester shall enter into a service contract for the procurement of sanitation services on behalf of the police department. Finnmark Police District, Trom's Police District and Nordland Police District are not included in this procurement. Politiets sikkerhetstjeneste og Oslo politidistrikts lokasjon Politiets nasjonale beredskapssenter have an option to join the agreement. The procurement is divided into the following sub-contracts: Sub-contract 1 Oslo and East Sub-contract 2 South Sub-contract 3 West Sub-contract 4 Mid
Internal identifier : 24/83122

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90400000 Sewage services
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Additional classification ( cpv ): 90514000 Refuse recycling services

5.1.2 Place of performance

Anywhere
Additional information : The contracting authority ́s locations are stated in the tender documents.

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 4
The buyer reserves the right for additional purchases from the contractor, as described here : The contracting authority has the option to extend the contract for 1+1+1+1 year.

5.1.5 Value

Estimated value excluding VAT : 44 000 000 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) : yes

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Requirements of the tenderer's economic and financial capacity.
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Economic and financial capacity shall be in relation to the object and scope of the contract. The contracting authority will look at the credit worthiness in the qualification assessment and carry out an overall assessment as regards the last three years accounts. Creditworthiness with requirements for collateral will be sufficient to meet the requirement given the prerequisites stated in the documentation requirement. Documentation requirement: • The accounts for the last three years including the auditor ́s report. • Credit rating based on the last known accounting figures. The rating shall be carried out by a credit rating company with licence to conduct this service. • Tenderers with a rating credit worthy with a requirement for security, are requested to submit a parent company guarantee or a bank guarantee as a security. The parent company must submit a credit rating based on the last known accounting figures. The credit rating shall be carried out by a credit rating company with licence to conduct this service.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Requirements of the tenderer ́s registrations, authorisations etc.
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate • Foreign companies: Proof that the company is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Self-declaration on Russian involvement in public procurements.
Description : Public Contracting Authorities are obliged not to enter into contracts with legal persons/companies covered by § 8n in the Regulations on Restrictive Measures regarding actions that undermine or threaten Ukraine's territorial integrity, sovereignty, independence and stability of 15 August 2014 no. 1076 (The Sanctions Regulations of Ukraine (territorial integrity etc.)), unless the Ministry of Foreign Affairs gives a licence pursuant to § 8n other sections. Documentation requirement: Completed Annex D Self-Declaration on Russian involvement in public procurements.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Support from other entities
Description : Tenderers shall submit a commitment statement for any companies that the tenderer will use, cf. "Rules for the competition". Documentation requirement: Complete Annex A Commitment Statement
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Quality assurance standards
Description : Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided. Documentation requirement: Tenderers shall submit documentation of their quality assurance and management system. The following documentation is accepted: Certificate for the company's quality assurance/management system issued by independent bodies that confirms the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent, or A description of the company's quality assurance and management system. The description must have a scope that enables the Contracting Authority to assess the system as seen in relation to the object of the contract.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Environmental management standards
Description : Tenderers shall have an environmental management system. Documentation requirement: Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted: • Valid certificates/certificates issued by independent bodies (eks. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or • A description of the tenderer's own environmental management system. The description must have a scope that enables the Contracting Authority to assess the system as seen in relation to the object of the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements regarding the tenderer ́s technical and professional qualifications:
Description : Tenderers shall have experience from comparable contracts. Documentation requirement: Completed Annex B Reference assignment with a description of the tenderer ́s up to 5 most relevant/comparable assignments in the last 5 years. It is the tenderer ́s responsibility to document relevance through the description.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The award criteria is further described in the Competition Rules
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Quality
Description : The award criteria is further described in the Competition Rules
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Environment
Description : The award criteria is further described in the Competition Rules
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
Deadline for receipt of tenders : 28/04/2025 10:00 +00:00
Information about public opening :
Opening date : 28/04/2025 10:05 +00:00
Additional information : The tenders will not be opening in public. The date is only added due to technical reasons as the system requires this.
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 :
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 : Oslo tingrett

8. Organisations

8.1 ORG-0001

Official name : Politiets fellestjenester
Registration number : 974761157
Postal address : Fridtjof Nansens vei 14
Town : OSLO
Postcode : 0369
Country : Norway
Contact point : Siv Lund
Telephone : +47 61318000
Internet address : http://www.politiet.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : OSLO
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Internet address : https://www.domstol.no/
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : fea3fefe-9432-4b4e-8000-d21122ee9cb3-01
Main reason for change : Publisher correction
Description : The tender deadline has been postponed.

10.1 Change

Section identifier : LOT-0000
The procurement documents were changed on : 12/03/2025

11. Notice information

11.1 Notice information

Notice identifier/version : 006ff050-b4d7-4d46-8dee-fa3c4710a0dd - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/03/2025 11:08 +00:00
Notice dispatch date (eSender) : 12/03/2025 11:20 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00164997-2025
OJ S issue number : 51/2025
Publication date : 13/03/2025