Norway-Vadsø: Refuse collection services
Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.
Title | Norway-Vadsø: Refuse collection services |
OJEU (High Value) | 325039-2020 |
Type | Invitation to tender |
Date Published | 2020-07-10 |
Deadline | 2020-08-25 12:00:00 |
Nature Of Contract | Service contract |
Awarding Authority | |
Procedure | Open procedure |
Description : |
I.1) Name and addresses: NUTS code: NO I.2.3) The contract is awarded by a central purchasing body Communication I.3) Procurement documents (URL):https://permalink.mercell.com/133993162.aspx Additional Information I.3.4) Additional information can be obtained from: I.3.6)Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/133993162.aspx I.4) Type of the contracting authority: BODY PUBLIC I.5.1) Main Activity: HEALTH Waste Processing and Recycling Helse Bergen HF [Western Norway Regional Health Authority] II.1.4) Short description The contracting authority intends to enter a new framework agreement for waste processing and recycling for Helse Bergen HF [Western Norway Regional Health Authority]. See Annex 2 — the Requirements Specification for more detailed information. II.1.6) This contract is divided into lots: yes Lot 1: Bergen II.2.1) Lot No: 1 NUTS code: NO051 II.1.4) Short description Lot 1: Bergen. II.2.5) Award criteria: II.02.07) Duration in months 24 II.2.7.5) This contract is subject to renewal: no II.2.10) Variants will be accepted: no II.2.11) Options II.2.11.2) Description of options Option for 1 + 1 year extension. The procurement is related to a project and/or programme financed by European Union funds): no Lot 2: Voss II.2.1) Lot No: 2 NUTS code: NO051 II.1.4) Short description Lot 2: Voss. II.2.5) Award criteria: II.02.07) Duration in months 24 II.2.7.5) This contract is subject to renewal: no II.2.10) Variants will be accepted: no II.2.11) Options II.2.11.2) Description of options Option for 1 + 1 year extension. The procurement is related to a project and/or programme financed by European Union funds): no III.1.1) List and brief description of conditions Requirement: requirement concerning the tenderer's registration. Documentation requirement: tenderers shall present documentation of their legal registration in a company register, professional register or a trade register in the state where the tenderer is established. III.1.2.3) List and brief description of selection criteria Requirement: tenderers must have sufficient economic and financial solidity to fulfil the contract obligations. Documentation requirement: credit rating from a credit rating agency licensed to manage personal information. The credit rating must be based on the tenderer's most recent registered annual account. If the tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can prove his economic and financial capacity with another document, including for example a parent company guarantee, bank guarantee, etc. III.1.3.2) List and brief description of selection criteria Requirement: the tenderer must have experience from assignments of an equivalent nature, scope and complexity. Documentation requirement: tenderers must enclose a list of the most important relevant deliveries or services performed in the last 3 years, including information on the value, date and recipients. See annex 4 — the reply form, references. Requirement: the tenderer must have the financial capacity to carry out the assignment Documentation requirement: a description of the cars and the personnel that the tenderer has at disposal for fulfilment of the contract. Requirement: the tenderer must have an environmental management system verified by a third party. Documentation requirements: the supplier must submit a certificate from an independent body that the supplier's environmental management system is certified. The certificate must show that the environmental management system or standard is based on relevant European or international standards, e.g., ISO 14001, EMAS, Miljøfyrtårn. The contracting authority will accept equivalent certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation of equivalent environmental management measures if the tenderer does not have the possibility to obtain such certificates by the deadline and this is not the tenderer’s fault. This requires that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards. IV.1.1) Type of procedure: Open IV.2.1) Time limit for receipt of tenders or requests to participate IV.2.2) Date 2020-08-25 IV.2.2) Local time 12:00 IV.2.6) Tender must be valid until 2020-11-23 IV.2.7) Conditions for opening of tenders IV.2.7) Date 2020-08-25 IV.2.7) Local time 12:00 Review body: Date of dispatch of this notice : 2020-07-07 |
CPV Codes |
90511000; 90500000; Refuse collection services; Refuse and waste related services; |
Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions. |
|