Ausschreibung: Norwegen Abfallsammelbehälter Procurement -Waste wells (partially buried), Attvin 2024 - NOR-Ålesund Abfallcontainer und -körbe Tanks, Sammelbehälter und Container; Heizkörper und Heizkessel für Zentralheizungen Tanks, Sammelbehälter, Container und Druckbehälter Großcontainer Abfallsammelbehälter Abfallcontainer Dokument Nr...: 324647-2024 (ID: 2024060301245014549) Veröffentlicht: 03.06.2024 * NOR-Ålesund: Norwegen Abfallsammelbehälter Procurement -Waste wells (partially buried), Attvin 2024 2024/S 106/2024 324647 Norwegen Abfallsammelbehälter Procurement - Waste wells (partially buried), Attvin 2024 OJ S 106/2024 03/06/2024 Auftrags- oder Konzessionsbekanntmachung Standardregelung Lieferungen 1. Beschaffer 1.1. Beschaffer Offizielle Bezeichnung: Attvin AS Rechtsform des Erwerbers: Von einer lokalen Gebietskörperschaft kontrolliertes öffentliches Unternehmen Tätigkeit des öffentlichen Auftraggebers: Allgemeine öffentliche Verwaltung 2. Verfahren 2.1. Verfahren Titel: Procurement - Waste wells (partially buried), Attvin 2024 Beschreibung: The aim of the agreement is to cover the contracting authority s need for partially buried waste wells for collecting waste from household customers, cabin customers and commercial customers in accordance with the requirement specification. Comments on the contract: Cabin customers: The contracting authority envisages the start of work on upgrading all cabin points, where it is desirable to establish fewer but larger points for the delivery of waste. The work shall be carried out in all 8 owner municipalities, but it is uncertain how long it will take as it is demanding processes. The customer estimates the provisional number based on a five year plan. Points out that this has nothing to do with the duration of the agreement, see point 6.1.4 for the duration of the agreement. It is a prerequisite that plans adopted, application processes go as they should and that there will be budget resolutions for the plans. In connection with the upgrade, increased use of semi buried waste wells, but also other types of collection equipment can be required. The customer can bypass this agreement when purchasing used products. Kennung des Verfahrens: 29037438-de4e-4613-8c55-9d6801363b2b Interne Kennung: 24/2458 Verfahrensart: Offenes Verfahren Das Verfahren wird beschleunigt: nein 2.1.1. Zweck Art des Auftrags: Lieferungen Haupteinstufung (cpv): 44613700 Abfallsammelbehälter Zusätzliche Einstufung (cpv): 34928480 Abfallcontainer und -körbe, 44600000 Tanks, Sammelbehälter und Container; Heizkörper und Heizkessel für Zentralheizungen, 44610000 Tanks, Sammelbehälter, Container und Druckbehälter, 44613000 Großcontainer, 44613800 Abfallcontainer 2.1.2. Erfüllungsort Land, Gliederung (NUTS): Møre og Romsdal (NO0A3) Land: Norwegen 2.1.3. Wert Geschätzter Wert ohne MwSt.: 3 000 000,00 NOK Höchstwert der Rahmenvereinbarung: 3 000 000,00 NOK 2.1.4. Allgemeine Informationen Rechtsgrundlage: Richtlinie 2014/24/EU 2.1.6. Ausschlussgründe: Der Zahlungsunfähigkeit vergleichbare Lage gemäß nationaler Rechtsvorschriften: 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. Konkurs: 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. Korruption: 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. Vergleichsverfahren: 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. Beteiligung an einer kriminellen Vereinigung: 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) Vereinbarungen mit anderen Wirtschaftsteilnehmern zur Verzerrung des Wettbewerbs: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition? Verstoß gegen umweltrechtliche Verpflichtungen: 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. Geldwäsche oder Terrorismusfinanzierung: 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). Betrugsbekämpfung: 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). Kinderarbeit und andere Formen des Menschenhandels: 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). Zahlungsunfähigkeit: 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. Verstoß gegen arbeitsrechtliche Verpflichtungen: 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. Verwaltung der Vermögenswerte durch einen Insolvenzverwalter: 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. Falsche Angaben, verweigerte Informationen, die nicht in der Lage sind, die erforderlichen Unterlagen vorzulegen, und haben vertrauliche Informationen über dieses Verfahren erhalten.: Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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? Interessenkonflikt aufgrund seiner Teilnahme an dem Vergabeverfahren: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents? Direkte oder indirekte Beteiligung an der Vorbereitung des Vergabeverfahrens: 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? Schwere Verfehlung im Rahmen der beruflichen Tätigkeit: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents. Vorzeitige Beendigung, Schadensersatz oder andere vergleichbare Sanktionen: 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? Verstoß gegen sozialrechtliche Verpflichtungen: 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. Zahlung der Sozialversicherungsbeiträge: 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? Einstellung der gewerblichen Tätigkeit: 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. Entrichtung von Steuern: 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? Terroristische Straftaten oder Straftaten im Zusammenhang mit terroristischen Aktivitäten: 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. Los 5.1. Los: LOT-0000 Titel: Procurement - Waste wells (partially buried), Attvin 2024 Beschreibung: The aim of the agreement is to cover the contracting authority s need for partially buried waste wells for collecting waste from household customers, cabin customers and commercial customers in accordance with the requirement specification. Comments on the contract: Cabin customers: The contracting authority envisages the start of work on upgrading all cabin points, where it is desirable to establish fewer but larger points for the delivery of waste. The work shall be carried out in all 8 owner municipalities, but it is uncertain how long it will take as it is demanding processes. The customer estimates the provisional number based on a five year plan. Points out that this has nothing to do with the duration of the agreement, see point 6.1.4 for the duration of the agreement. It is a prerequisite that plans adopted, application processes go as they should and that there will be budget resolutions for the plans. In connection with the upgrade, increased use of semi buried waste wells, but also other types of collection equipment can be required. The customer can bypass this agreement when purchasing used products. Interne Kennung: 24/2458 5.1.1. Zweck Art des Auftrags: Lieferungen Haupteinstufung (cpv): 44613700 Abfallsammelbehälter Zusätzliche Einstufung (cpv): 34928480 Abfallcontainer und -körbe, 44600000 Tanks, Sammelbehälter und Container; Heizkörper und Heizkessel für Zentralheizungen, 44610000 Tanks, Sammelbehälter, Container und Druckbehälter, 44613000 Großcontainer, 44613800 Abfallcontainer Optionen: Beschreibung der Optionen: Option access control If the tenderer has systems for access control with cylinder lock and/or electronic access control, tenderers are encouraged to submit a tender. Tenderers can choose to state price on only one option or both. Requirements for the offered system: If a tenderer offers access control with a cylinder lock and system key, One set of system keys and a universal key shall be delivered. If a tenderer offers electronic access control, it shall be of the type RFID, i.e. an electronic battery operated unit on the waste well that reads different RFID chips. The system shall have a minimum battery life of 5 years. The offered price shall include a service agreement for administration and servicing of the system. Tenderers can choose to provide a price for only one alternative, or both. 5.1.2. Erfüllungsort Land, Gliederung (NUTS): Møre og Romsdal (NO0A3) Land: Norwegen 5.1.3. Geschätzte Dauer Laufzeit: 24 Monate 5.1.4. Verlängerung Maximale Verlängerungen: 2 Der Erwerber behält sich das Recht vor, zusätzliche Käufe vom Auftragnehmer zu tätigen, wie hier beschrieben: Renewal lenght is 12 months 5.1.5. Wert Geschätzter Wert ohne MwSt.: 3 000 000,00 NOK Höchstwert der Rahmenvereinbarung: 3 000 000,00 NOK 5.1.6. Allgemeine Informationen Vorbehaltene Teilnahme: Teilnahme ist nicht vorbehalten. Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert 5.1.9. Eignungskriterien Kriterium: Art: Wirtschaftliche und finanzielle Leistungsfähigkeit Bezeichnung: Payment of tax, VAT and other public duties. Beschreibung: Requirements: Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. The requirement only applies to Norwegian tenderers. Documentation requirement: After the tender submission, tenderers must give consent for TendSign collecting and the contracting authority receiving information about this via TendSign. After submitting their tender offer in TendSign, the tenderer will receive a request from Altinn for consent to share tax information. The consent is valid at the organisation level and it is valid for 3 (three) months. If a tenderer does not agree to this, the tenderer must submit a tax and VAT certificate. Tenderers can order such certificates via the Norwegian Tax Administration s website. The certificate shall not be older than 6 (six) months calculated from the tender deadline. Any arrears or other irregularities must be justified. Anwendung dieses Kriteriums: Verwendet Kriterium: Art: Wirtschaftliche und finanzielle Leistungsfähigkeit Bezeichnung: Credit rating Beschreibung: Requirements: Tenderers must have the financial capacity to execute the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet s service riskguardian suite (https://riskguardian.bisnode.no), or have the financial capacity to execute the contract based on the contracting authority s discretion. Documentation requirement: The Contracting Authority will carry out their own assessment of the supplier s finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than the RiskGuardian Suite at due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet s service Credit (https://credit.dnb.com/). Tenderers who are contracting authorities cannot find the RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established suppliers who have not built up the basis for credit rating, must enclose a declaration/guarantee from the parent company/owner/bank or similar financing institutions regarding the company s financial and economic position. Anwendung dieses Kriteriums: Verwendet Kriterium: Art: Sonstiges Bezeichnung: The tenderer fulfils the stated qualification requirements: Beschreibung: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled. Anwendung dieses Kriteriums: Verwendet Kriterium: Art: Eignung zur Berufsausübung Anwendung dieses Kriteriums: Nicht verwendet Kriterium: Art: Technische und berufliche Leistungsfähigkeit Bezeichnung: Experience Beschreibung: Requirements: The tenderer, or employees at the tenderer are required to have experience from at least two similar assignments in the last three years. Equivalent assignments means the delivery of completely or partly buried waste wells, with a value of minimum NOK 750,000 excluding VAT per assignment. Documentation requirement: The Excel document the tenderer s references shall be filled in. For each reference assignment, information must be provided on the assignment s content, value, date of the assignment, contracting authority, gender neutral preferred at the contracting authority with an email address and telephone number. Anwendung dieses Kriteriums: Verwendet 5.1.10. Zuschlagskriterien Kriterium: Art: Preis Bezeichnung: Price Beschreibung: Orientation: Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing completion of price fields may cause difficulty in assessing the tender and the tender can then be rejected. xThe unit price for waste well(s) shall include profiling of wells, cf. the tender documentation point 6.2.1 Minimum requirements for partially buried waste wells . xIn cell C10 + C11 + C12, tenderers shall state the volume (in m3) of the offered waste well (50-70 litres). xOptions are not weighted and will therefore not be evaluated. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. Evaluation: When assessing the price, a hybrid model with break point 2.5 will be used. The attached template for the evaluation model is attached. The tenderer s total points for this award criteria is weighted with the award criteria s weighting percentage. Gewichtung (Prozentanteil, genau): 70 Kriterium: Art: Qualität Bezeichnung: Environment Beschreibung: Orientation: In this award criteria the contracting authority will emphasise that the offered containers are environmentally labelled with the Swan Ecolabel, EU Ecolabel, Blue Angel or equivalent, or fulfil some of the relevant environmental requirements set to be the Swan Ecolabel. The requirements are available on: The Swan Ecolabel s requirements for outdoor furniture, apparatuses for playgrounds and park equipment - the Swan Ecolabel. Valid licence certificates or licence numbers from Nordic Environmental Labelling, or equivalent from the relevant environmental label, are accepted as documentation. Other equivalent documentation demonstrating that the item fulfils some of the requirements will also be accepted, and this is in accordance with the criteria document s documentation requirements, see the annex Award Criteria environment, bottom emptying ground containers . Excepted by any requirements that, according to Nordic Environmental Labelling, shall be inspected on site , here the contracting authority will also accept self-declarations. Tenderers are to fill in the column certificate/documentation (marked in yellow) in the attached word-file The award criteria environment, waste wells partially buried with their response, possibly a referral to the attached documentation. If a tenderer refers to documentation, this must be specified in e.g. page numbers, headings and paragraphs. It shall be easy for the contracting authority to find and assess documentation. Evaluation: This award criteria will be assessed based on the tenderer s description of the award criteria. A total procurement assessment of the described system will be carried out during the evaluation. The Swan Ecolabel, Blue Angel or equivalent product will be awarded 22 points. For products that are not environmentally labelled, 1 point is awarded per qualified evaluation requirement in the document award criteria environment, bottom emptying ground containers . It is possible to achieve a total of 11 points. The offer with the highest points score will be given a point score (10). Other solutions will be awarded a points score relative to the highest score. The tenderer s total points for this award criteria is weighted with the award criteria s weighting percentage. Gewichtung (Prozentanteil, genau): 30 5.1.11. Auftragsunterlagen Frist für die Anforderung zusätzlicher Informationen: 04/08/2024 22:00:00 (UTC) Internetadresse der Auftragsunterlagen: https://tendsign.com/doc.aspx? MeFormsNoticeId=22127 5.1.12. Bedingungen für die Auftragsvergabe Bedingungen für die Einreichung: Elektronische Einreichung: Erforderlich Adresse für die Einreichung: https://tendsign.com/doc.aspx? MeFormsNoticeId=22127&GoTo=Tender Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Norwegisch Elektronischer Katalog: Zulässig Frist für den Eingang der Angebote: 12/08/2024 10:00:58 (UTC) Frist, bis zu der das Angebot gültig sein muss: 89 Tage Informationen über die öffentliche Angebotsöffnung: Eröffnungsdatum: 12/08/2024 10:05:00 (UTC) Auftragsbedingungen: Elektronische Rechnungsstellung: Erforderlich Aufträge werden elektronisch erteilt: ja Zahlungen werden elektronisch geleistet: ja 5.1.15. Techniken Rahmenvereinbarung: Rahmenvereinbarung ohne erneuten Aufruf zum Wettbewerb Informationen über das dynamische Beschaffungssystem: Kein dynamisches Beschaffungssystem 5.1.16. Weitere Informationen, Schlichtung und Nachprüfung Überprüfungsstelle: Møre og Romsdal tingrett 8. Organisationen 8.1. ORG-0001 Offizielle Bezeichnung: Attvin AS Registrierungsnummer: 922025096 Abteilung: Innkjøp Postanschrift: Alvikvegen 194 Stadt: Ålesund Postleitzahl: 6019 Land: Norwegen Kontaktperson: Yngvil Eggen Hammerhaug E-Mail: yngvil.eggen.hammerhaug@alesund.kommune.no Telefon: +47 Rollen dieser Organisation: Beschaffer 8.1. ORG-0002 Offizielle Bezeichnung: Møre og Romsdal tingrett Registrierungsnummer: 926 723 200 Postanschrift: Postboks 1354 Stadt: Ålesund Postleitzahl: 6001 Land, Gliederung (NUTS): Møre og Romsdal (NO0A3) Land: Norwegen E-Mail: more.og.romsdal.tingrett@domstol.no Telefon: 70 33 47 00 Internetadresse: https://www.domstol.no/no/domstoler/tingrett/more-og-romsdal-tingrett/ Rollen dieser Organisation: Überprüfungsstelle 11. Informationen zur Bekanntmachung 11.1. Informationen zur Bekanntmachung Kennung/Fassung der Bekanntmachung: b0ad4b50-99f0-4f52-8d78-211d94528a79 - 01 Formulartyp: Wettbewerb Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung Standardregelung Datum der Übermittlung der Bekanntmachung: 31/05/2024 10:23:10 (UTC) Bekanntmachung eSender-Übermittlungsdatum: 31/05/2024 10:23:16 (UTC) Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch 11.2. Informationen zur Veröffentlichung ABl. S Nummer der Ausgabe: 106/2024 Datum der Veröffentlichung: 03/06/2024 Referenzen: https://tendsign.com/doc.aspx?MeFormsNoticeId=22127 https://tendsign.com/doc.aspx?MeFormsNoticeId=22127&GoTo=Tender https://www.domstol.no/no/domstoler/tingrett/more-og-romsdal-tingrett/ http://icc-hofmann.net/NewsTicker/202406/ausschreibung-324647-2024-NOR.txt -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de