Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 12/02/2025
Date de péremption : 20/03/2025
Type de procédure : Procédure ouverte
Type de document : Avis de marché ou de concession – régime ordinaire
Norvège
appel-offre

Norvège - Services d'évacuation des eaux usées et d'élimination des déchets, services d'hygiénisation et services relatifs à l'environnement - (24314) Island Renovation

2025/S 2025-095868  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
30/2025
95868-2025 - Mise en concurrence
Norvège – Services d'évacuation des eaux usées et d'élimination des déchets, services d'hygiénisation et services relatifs à l'environnement – (24314) Island Renovation
OJ S 30/2025 12/02/2025
Avis de marché ou de concession – régime ordinaire
Services

   1.  Acheteur
1.1.
Acheteur
Nom officiel: Asker kommune
Adresse électronique: karlpetter@innkjopskontoret.no
Forme juridique de l’acheteur: Autorité régionale
Activité du pouvoir adjudicateur: Services d’administration générale

   2.  Procédure
2.1.
Procédure
Titre: (24314) Island Renovation
Description: The tender contest involves the collection and transport of waste from the municipality's islands to the recycling station with both year round and summer sanitation. The procurement ´s value is estimated to: NOK 950,000 excluding VAT per annum, i.e. above the EEA threshold. The volume is an estimate and is not binding for the contracting authority. The volume is estimated to approx. 105 tonnes per annum. All waste shall be collected weekly, but the waste is significantly larger in the summer than in the winter months due to holiday homes on the islands that make up most of the buildings. See the procurement documents for further information.
Identifiant de la procédure: d8dc2ba6-30b4-40e1-9a11-3abaea07716e
Identifiant interne: 24/162
Type de procédure: Ouverte
La procédure est accélérée: non
Principales caractéristiques de la procédure: The competition will be held in accordance with the Public Procurement Act from 17 June 2016 no. 73 (LOA), with the accompanying regulations of 12 August 2016 no. 974 (FOA), as well as the provisions in this tender documentation. The competition will be held as TED - open tender contest in accordance with the regulations Parts I and III. All interested tenderers can submit tenders for this type of procedure. Negotiations are not allowed. The procurement is announced in the DOFFIN and TED database.
2.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 90000000 Services d'évacuation des eaux usées et d'élimination des déchets, services d'hygiénisation et services relatifs à l'environnement
Nomenclature supplémentaire (cpv): 90500000 Services liés aux déchets et aux ordures, 90510000 Élimination et traitement des ordures, 90511000 Services de collecte des ordures, 90511200 Services de collecte des ordures ménagères
2.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Viken (NO082)
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
2.1.6.
Motifs d’exclusion
Situation analogue à la faillite prévue dans la législation nationale: 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.
Faillite: 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.
Concordat: 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 à une organisation criminelle: 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)
Accords avec d’autres opérateurs économiques en vue de fausser la concurrence: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Manquement aux obligations dans le domaine du droit environnemental: 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.
Blanchiment de capitaux ou financement du terrorisme: 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).
Fraude: 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).
Travail des enfants et autres formes de traite des êtres humains: 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).
Insolvabilité: 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.
Manquement aux obligations dans le domaine du droit du travail: 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.
Biens administrés par un liquidateur: 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.
Coupable de fausses déclarations, non-communication, n’a pas été en mesure de fournir les documents requis et a obtenu des informations confidentielles de la présente procédure: 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'
Conflit d’intérêt créé par sa participation à la procédure de passation de marché: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents'
Association directe ou indirecte à la préparation de cette procédure de passation de marché: 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?
Coupable d’une faute professionnelle grave: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Résiliation, dommages et intérêts ou autres sanctions comparables: 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'
Manquement aux obligations dans le domaine du droit social: 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.
Paiement des cotisations de sécurité sociale: 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?
État de cessation d’activités: 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.
Paiement d’impôts et 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?
Infractions terroristes ou infractions liées aux activités terroristes: 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: LOT-0000
Titre: (24314) Island Renovation
Description: The tender contest involves the collection and transport of waste from the municipality's islands to the recycling station with both year round and summer sanitation. The procurement ´s value is estimated to: NOK 950,000 excluding VAT per annum, i.e. above the EEA threshold. The volume is an estimate and is not binding for the contracting authority. The volume is estimated to approx. 105 tonnes per annum. All waste shall be collected weekly, but the waste is significantly larger in the summer than in the winter months due to holiday homes on the islands that make up most of the buildings. See the procurement documents for further information.
Identifiant interne: 24/162
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 90000000 Services d'évacuation des eaux usées et d'élimination des déchets, services d'hygiénisation et services relatifs à l'environnement
Nomenclature supplémentaire (cpv): 90500000 Services liés aux déchets et aux ordures, 90510000 Élimination et traitement des ordures, 90511000 Services de collecte des ordures, 90511200 Services de collecte des ordures ménagères
5.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Viken (NO082)
5.1.3.
Durée estimée
Date de début: 16/10/2025
Date de fin de durée: 15/10/2029
5.1.4.
Renouvellement
Nombre maximal de renouvellements: 2
L’acheteur se réserve le droit d’effectuer des achats supplémentaires auprès du contractant, comme décrit ici: Renewal lenght is 12 months
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP): non
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Nom: Certificates for tax and VAT.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité économique et financière
Nom: Other economic and financial requirements: Economic and financial position.
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: The tenderer fulfils the stated qualification requirements:
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents:
Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Utilisation de ce critère: Non utilisé
5.1.10.
Critères d’attribution
Critère:
Type: Coût
Nom: Prices and Costs
Pondération (pourcentage, valeur exacte): 40

Critère:
Type: Qualité
Nom: Assignment comprehension
Pondération (pourcentage, valeur exacte): 20

Critère:
Type: Qualité
Nom: Assignment specific competence
Pondération (pourcentage, valeur exacte): 10

Critère:
Type: Qualité
Nom: Environment
Pondération (pourcentage, valeur exacte): 30
5.1.11.
Documents de marché
Date limite de demande d’informations complémentaires: 09/03/2025 23:00:00 (UTC)
Adresse des documents de marché: https://tendsign.com/doc.aspx?MeFormsNoticeId=45488
5.1.12.
Conditions du marché public
Conditions de présentation:
Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentées: norvégien
Catalogue électronique: Autorisée
La signature ou le cachet électronique avancé(e) ou qualifié(e) [au sens du règlement (UE) ? 910/2014] est requis(e)
Date limite de réception des offres: 20/03/2025 11:00:58 (UTC)
Date limite de validité de l’offre: 89 Jours
Informations relatives à l’ouverture publique:
Date d'ouverture: 20/03/2025 11:01:00 (UTC)
Lieu: Asker
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Facturation en ligne: Requise
La commande en ligne sera utilisée: oui
Le paiement en ligne sera utilisé: oui
5.1.15.
Techniques
Accord-cadre: Pas d’accord-cadre
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Ringerike, Asker og Bærum tingrett

   8.  Organisations
8.1.
ORG-0001
Nom officiel: Asker kommune
Numéro d’enregistrement: 920125298
Département: Innkjøp
Adresse postale: Postboks 353
Ville: Asker
Code postal: 1372
Pays: Norvège
Point de contact: Karl Petter Kristiansen
Adresse électronique: karlpetter@innkjopskontoret.no
Téléphone: 66 90 90 00
Adresse internet: https://www.asker.kommune.no/
Rôles de cette organisation:
Acheteur
8.1.
ORG-0002
Nom officiel: Ringerike, Asker og Bærum tingrett
Numéro d’enregistrement: 926 725 963
Adresse postale: Postboks 578
Ville: Sandvika
Code postal: 1302
Subdivision pays (NUTS): Viken (NO082)
Pays: Norvège
Adresse électronique: trabpost@domstol.no
Téléphone: 67 57 65 00
Rôles de cette organisation:
Organisation chargée des procédures de recours
11. Informations relatives à l’avis
11.1.
Informations relatives à l’avis
Identifiant/version de l’avis: b6865deb-ddcb-4fb6-8f1e-700f141f5e23 - 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 16
Date d’envoi de l’avis: 11/02/2025 10:51:56 (UTC)
Date d’envoi de l’avis (eSender): 11/02/2025 11:03:45 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
11.2.
Informations relatives à la publication
Numéro de publication de l’avis: 95868-2025
Numéro de publication au JO S: 30/2025
Date de publication: 12/02/2025

 
 
C L A S S E    C P V
90000000 - Services d'évacuation des eaux usées et d'élimination des déchets, services d'hygiénisation et services relatifs à l'environnement 
90500000 - Services liés aux déchets et aux ordures 
90510000 - Élimination et traitement des ordures 
90511000 - Services de collecte des ordures 
90511200 - Services de collecte des ordures ménagères