Back to tenders & grants page
Norway-Lillehammer: Refuse transport services
Receive Tenders like this by email

Norway-Lillehammer: Refuse transport services

Norway-Lillehammer: Refuse transport services has been closed on 01 Nov 2021. It no longer accepts any bids. For further information, you can contact the GLØR IKS (971 041 692)

Bellow, you can find more information about this project: 

Location: Norway

General information

Donor:

GLØR IKS (971 041 692)

Industry:

Transport & Logistics

Energy & Utilities

Status:

Closed

Timeline

Published:

12 Apr 2020

Deadline:

01 Nov 2021

Value:

Not available

Contacts

Name:

Tor Kristian Kristiansen

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:586725-2020:TEXT:EN:HTML&src=0&tabId=2

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: GLØR IKS
National registration number: 971 041 692
Postal address: Åsmarkvegen 301
Town: Lillehammer
NUTS code: NO022 Oppland
Postal code: 2614
Country: Norway
Contact person: Tor Kristian Kristiansen
E-mail: [email protected]
Internet address(es):
Main address: http://www.glor.no
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://tendsign.no/public/p_adformsnotice.aspx?UniqueId=aflgtkfnwp
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://tendsign.no/doc.aspx?UniqueId=aflgtkfnwp&GoTo=Tender
I.4)Type of the contracting authority
Other type: Municipal
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Transport Services, Framework Agreement

Reference number: 20183
II.1.2)Main CPV code
90512000 Refuse transport services
II.1.3)Type of contract
Services
II.1.4)Short description:

The contest is for a framework agreement for the transport of waste from two recycling facilities to GLØR's facility at Roverudmyra in Lillehammer.

The contract value is estimated to be above the EEA threshold. The estimated value is not binding for the contracting authority. The need is uncertain. Historically, the contracting authority has procured the transport of approx. 4 500 tonnes a year in the last 4 years. The volume will be dependent on i.a. the contracting authority's requirements, activities, budget and other framework factors.

Refer to the procurement documents for further information.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
60100000 Road transport services
90500000 Refuse and waste related services
II.2.3)Place of performance
NUTS code: NO022 Oppland
II.2.4)Description of the procurement:

Lots/groups

Tenders cannot be submitted for parts of the assignment, and alternative tenders are not allowed. The contracting authority has considered dividing up the assignment in accordance with PPR §19-4, but has decided that this is not suitable for this type of contract. The contracting authority reserves the right to accept all or parts of a tender.

Framework agreement.

The assignment will be regulated by the attached framework agreement with the accompanying standard agreement terms.

The contracting authority will sign a contract with one (1) tenderer.

The contracting authority expects that the tenderer studies the contractual terms and makes the required internal clarifications in such a way that a contract can be signed if awarded.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/02/2021
End: 31/01/2026
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
List and brief description of selection criteria:

Tax and VAT certificates

Tenderers must have their tax and VAT payments in order (ESPD: Part II A.e).

Documentation requirement: a certificate for paid VAT, tax and social security contribution is required. A certificate issued by the competent authority in the tenderer's country, confirming that the tenderer has met the obligations in regard to payment of VAT, tax and social security contributions in the country where the tenderer/contractor has its headquarters the (Norwegian certificate for Tax and VAT is combined and ordered from altinn.no, RF-1507, previously RF-1244) in accordance with the legislation in the country. The certificate must not be more than 6 month olds.

The contracting authority is not allowed to request the certificate if he has already received it, in accordance with the regulations § 17-1(4). If you have submitted a tax certificate to the contracting authority and it is still valid at the time of the tender submission for this contract the tender submission deadline, for this contest, you are not obliged to submit a certificate now. If this is the case, state when and to whom the certificate was previously submitted. You can, however, enclose the certificate voluntarily if you want.

Other economic and financial requirements: Economic and financial standing

Requirements regarding the tenderer's economic and financial standing: the financial capacity to fulfil the contract is required (ESPD: Part IV B.58-3).

Documentation requirement: the contracting authority will assess finances through the company and accounting information system Proff Forvalt (www.forvalt.no). The contracting authority reserves the right to obtain supplementary information about the tenderer's finances.

Any other support from other companies for compliance with the qualification requirement. If the tenderer is dependent on other companies to fulfil this qualification requirement, the necessary documentation must then be provided. The contracting authority retains the right to collect supplementary information, bank guarantees or similar.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 11/01/2021
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 11/03/2021
IV.2.7)Conditions for opening of tenders
Date: 11/01/2021
Local time: 12:01

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Sør-Gudbrandsdal Tingrett
Town: Lillehammer
Country: Norway
VI.5)Date of dispatch of this notice:
01/12/2020

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more