Competitive dialogue for the sale of Romerike Biogas Facility and procurement of food waste management services.

Oslo municipality, c/o the Agency for Sanitation and Recycling, invites tenderers to a competitive dialogue for the sale of Romerike Biogas Facility and the procurement of food waste handling services from the buyer of the facility. The contracting authority would like to sell the facility based on the total tender …

CPV: 90510000 Eliminare şi tratare a deşeurilor menajere, 90500000 Servicii privind deşeurile menajere şi deşeurile, 90514000 Servicii de reciclare a deşeurilor menajere
Locul de executare:
Competitive dialogue for the sale of Romerike Biogas Facility and procurement of food waste management services.
Organismul de alocare:
Oslo kommune v/ Renovasjons- og gjenvinningsetaten
Numărul de atribuire:
25/5812

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Renovasjons- og gjenvinningsetaten
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Competitive dialogue for the sale of Romerike Biogas Facility and procurement of food waste management services.
Description : Oslo municipality, c/o the Agency for Sanitation and Recycling, invites tenderers to a competitive dialogue for the sale of Romerike Biogas Facility and the procurement of food waste handling services from the buyer of the facility. The contracting authority would like to sell the facility based on the total tender and, over time, is considered most favourable for the municipality and their waste-disposal subscribers. Qualified and selected tenderers will be invited to a dialogue to identify and define how the contracting authority ́s needs can best be fulfilled. The dialogue shall lead to an updated and complete tender documentation, including a procurement contract and service contract, which shall be submitted for final and binding tenders on the basis of. Any sale of the RBA will require the city council ́s approval. The negotiated system and the signing of the contract must, therefore, be subject to the town council ́s approval. The value of the service contract will be highly judgemental and it will vary depending on the contract length. As a starting point, the contracting authority would like the contract for the provision of services to be relatively long lasting, preferably with a duration of 10 to 15 years. It is, therefore, difficult to give an apt estimate of the contract value at the time of this notice. The contracting authority has estimated the contract in accordance with the Public Procurement Regulations § 5-4, 12 paragraphs letter b. The estimated value is by multiplying the monthly value by 48. The contract has, therefore, an estimated value of NOK 200,000,000 excluding VAT.
Procedure identifier : 48362796-21ef-4761-9ba5-3de8796ee42f
Internal identifier : 25/5812
Type of procedure : Competitive dialogue
Justification for the accelerated procedure :
Main features of the procedure : The contract(s) that shall be signed for the procurement primarily concerns the sale of the biogas facility, which is insoluble for the service contract for handling Oslo municipality ́s food waste. The contracting authority ́s assessment is as a starting point that this must be seen as a combined contract except the procurement regulations, cf. the procurement regulations § 6-2. The contracting authority has, however, chosen to enter into a contract in accordance with the public procurement rules in order to ensure a competition for the contract. The competition will therefore be held in accordance with the Act of 17 June 2016 no. 73 on public procurements ("LOA") and the public procurement regulations of 12 August 2016 no. 974 ("FOA") parts I and III, as well as the provisions included in this tender documentation. As the sales and purchase elements here are insolublely connected to each other, the procurement has a character, complexity, legal and financial composition, as well as risks that require dialogue with potential tenderers. The contracting authority has therefore chosen to use a competitive dialogue form, cf. the Public Procurement Regulations § 13-2 and § 23-8. The procurement procedure is flexible and allows tenderers to propose different systems that the contracting authority will consider to cover the need to sell RBA, while ensuring long-term handling of Oslo municipality ́s food waste. A competitive dialogue will take place in several phases. Interested tenderers must request participation in the competition and based on the requests, the Contracting Authority will invite qualified and selected tenderers to a dialogue. In this phase, tenderers can suggest different solutions to fulfil the contracting authority ́s needs, including submitting a test tender. The contracting authority will, based on the dialogue phase, determine the desired solution (in the form of a preferred structure for both the sale of RBA and a service contract for the treatment of the municipality ́s food waste) and prepare final contracts. A final tender documentation will be prepared and divided, cf. point 1.6. The dialogue phase will finish and tenderers will have a deadline for submitting final and binding tenders based on the final tender documentation. Binding tenders will be evaluated and contracts will be awarded to the tenderer who, in total, has submitted the best tender, cf. point 6.1.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90514000 Refuse recycling services

2.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )

2.1.3 Value

Estimated value excluding VAT : 200 000 000 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 : Competitive dialogue for the sale of Romerike Biogas Facility and procurement of food waste management services.
Description : Oslo municipality, c/o the Agency for Sanitation and Recycling, invites tenderers to a competitive dialogue for the sale of Romerike Biogas Facility and the procurement of food waste handling services from the buyer of the facility. The contracting authority would like to sell the facility based on the total tender and, over time, is considered most favourable for the municipality and their waste-disposal subscribers. Qualified and selected tenderers will be invited to a dialogue to identify and define how the contracting authority ́s needs can best be fulfilled. The dialogue shall lead to an updated and complete tender documentation, including a procurement contract and service contract, which shall be submitted for final and binding tenders on the basis of. Any sale of the RBA will require the city council ́s approval. The negotiated system and the signing of the contract must, therefore, be subject to the town council ́s approval. The value of the service contract will be highly judgemental and it will vary depending on the contract length. As a starting point, the contracting authority would like the contract for the provision of services to be relatively long lasting, preferably with a duration of 10 to 15 years. It is, therefore, difficult to give an apt estimate of the contract value at the time of this notice. The contracting authority has estimated the contract in accordance with the Public Procurement Regulations § 5-4, 12 paragraphs letter b. The estimated value is by multiplying the monthly value by 48. The contract has, therefore, an estimated value of NOK 200,000,000 excluding VAT.
Internal identifier : 25/5812

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90514000 Refuse recycling services

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 200 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contractual obligations. Tenderers are required to have: 1. Positive equity 2. Credit rating: That the company is credit worthy
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used
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

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 : Allowed
Deadline for receipt of requests to participate : 09/05/2025 21:59 +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 : Oslo Tingrett

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Renovasjons- og gjenvinningsetaten
Registration number : 923 954 791
Postal address : Postboks 14 Vollebekk
Town : Oslo
Postcode : 0516
Country : Norway
Contact point : Peder Rustad
Telephone : +47 99157765
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
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 614065b7-5e3e-4acd-8a6d-3773ebfb6fde - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/04/2025 09:13 +00:00
Notice dispatch date (eSender) : 04/04/2025 16:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00227278-2025
OJ S issue number : 69/2025
Publication date : 08/04/2025