Norvege – Bennes a dechets – Framework agreement waste containers

Ouverte

Norvège

AI Tenders **cliquez sur le + pour accéder au chat IA et poser vos questions **
Avatar
Moussa
Expert en appels d'offres
Bonjour de l’entreprise , je m’appelle Moussa. Je peux vous aider à analyser cet appel d’offres, identifier les points importants et préparer votre réponse. Quelle est votre question ?
 
 
Imprimer cette publication

Résumé :

481376-2024 – Mise en concurrence

Norvège – Bennes à déchets – Framework agreement waste containers
OJ S 155/2024 09/08/2024
Avis de marché ou de concession – régime ordinaire

Fournitures

1. Acheteur
1.1.
Acheteur
Nom officielFosen Renovasjon IKS
Adresse électroniqueOla@fosen.renovasjon.no
Forme juridique de l’acheteur: Organisme de droit public
Activité du pouvoir adjudicateur: Services d’administration générale

2. Procédure
2.1.
Procédure
TitreFramework agreement waste containers
DescriptionSteinkjer municipality, the Fjellregionen avfallsselskap AS and Fosen Renovasjon IKS shall enter into framework agreement(s) for the purchase of hook, lift and combination containers, as well as the purchase of bottom emptying containers.
Identifiant de la procédureaabbb156-9e98-407f-a17c-e141383294ee
Identifiant interne24/1
Type de procédureOuverte
La procédure est accéléréenon
2.1.1.
Objet
Nature du marchéFournitures
Nomenclature principale (cpv): 44613700 Bennes à déchets
Nomenclature supplémentaire (cpv): 44613800 Conteneurs à déchets

2.1.2.
Lieu d’exécution
N’importe où

2.1.3.
Valeur
Valeur estimée hors TVA15 000 000,00 NOK

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 nationaleIs 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.
FailliteIs 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.
CorruptionIs 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.
ConcordatIs 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 criminelleIs 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 concurrenceHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Manquement aux obligations dans le domaine du droit environnementalIs 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 terrorismeIs 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).
FraudeIs 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 humainsIs 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).
InsolvabilitéIs 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 travailIs 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 liquidateurSpecify 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 procédureHas 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 marchéAre 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 marchéHas 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 graveHas 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 comparablesHas 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 socialIs 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 socialeHave 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’activitésSpecify 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 taxesHas 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 terroristesIs 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.
LotLOT-0000
Titre: Framework agreement waste containers
Description: Steinkjer municipality, the Fjellregionen avfallsselskap AS and Fosen Renovasjon IKS shall enter into framework agreement(s) for the purchase of hook, lift and combination containers, as well as the purchase of bottom emptying containers.
Identifiant interne: 24/1
5.1.1.
Objet
Nature du marché: Fournitures
Nomenclature principale (cpv): 44613700 Bennes à déchets
Nomenclature supplémentaire (cpv): 44613800 Conteneurs à déchets

5.1.2.
Lieu d’exécution
N’importe où

5.1.3.
Durée estimée
Date de début06/10/2024
Date de fin de durée06/10/2026

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

5.1.5.
Valeur
Valeur estimée hors TVA15 000 000,00 NOK

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)oui
Le marché en question convient aussi aux petites et moyennes entreprises (PME)

5.1.9.
Critères de sélection
Critère:

Type: Capacité économique et financière
Nom: The tenderer ?s registration, authorisations, etc.
Description: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. • Norwegian companies: Company Registration Certificate. Foreign companies: Documentation that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established. The certificate must not be older than 12 months calculated from the tender deadline.
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité économique et financière
Nom: Economic and financial capacity
Description: Tenderers shall have the financial capacity to carry out the assignment/contract, including credit worthy (credit rating A or equivalent), and a credit rating of minimum NOK 0.1 million, or in another way document equivalent financial capacity. Credit rating based on the most recent financial figures. The credit rating must not be more than three months old. The rating shall be carried out by a credit rating company with licence to conduct this service. If the tenderer does not fulfil the qualification requirement through the above mentioned documentation, other documentation that the Contracting Authority finds suitable for substantiate economic and financial capacity, such as a parent company guarantee or other guarantee/security.
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité économique et financière
Nom: The tenderer ?s basic competence and experience
Description: Tenderers shall have relevant experience and competence from equivalent deliveries. An account of relevant deliveries in the last 3 years. The account shall include descriptions of the delivery, buyer, value, date, name and contact data of a gender neutral preferred.
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: Autre
Nom: The tenderer fulfils the stated qualification requirements:
Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Utilisation de ce critère: Utilisé

Critère:

Type: Aptitude à exercer l’activité professionnelle
Nom: Registered in a trade register
Description: Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Utilisation de ce critère: Utilisé

Critère:

Type: Aptitude à exercer l’activité professionnelle
Nom: Registered in a trade register or company register.
Description: Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Utilisation de ce critère: Utilisé

Critère:

Type: Aptitude à exercer l’activité professionnelle
Nom: In the case of service contracts: Authorisations from a particular organisation required
Description: Is a specific authorisation required from a particular organisation to provide the service in the tenderer’s home country?
Utilisation de ce critère: Utilisé

Critère:

Type: Aptitude à exercer l’activité professionnelle
Nom: In the case of service contracts: Membership in a particular organisation is required
Description: Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ?s home country?
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Control Permission
Description: For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer’s production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description: Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Procurement of goods: Requested samples, descriptions or photographs with certificates
Description: When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: When procuring goods: Certificates issued by official bodies for quality control
Description: Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Certificates issued by independent bodies for quality assurance standards.
Description: Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Utilisation de ce critère: Utilisé

Critère:

Type: Capacité technique et professionnelle
Nom: Certificates issued by independent bodies for environmental management standards.
Description: Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Utilisation de ce critère: Utilisé

5.1.10.
Critères d’attribution
Critère:

Type: Prix
Nom: Price
Description: A point scale with ten will be used as the maximum point score. The award criteria Price will be assessed on the basis of a total sum, where the lowest total sum will achieve a maximum score. Then converted to 40%. The price will be converted to points according to the following formula Points = max points x (1(price-lowest price)/lowest price) If the contracting authority receives tenders that are more than twice as expensive as the cheapest tender offer, the comparative model will be used. Linear model achieves minus points in such cases, which in reality involves increasing the point span and thus achieves the award criterion greater weight than intentional.
Pondération (points, valeur exacte): 4

Critère:

Type: Qualité
Nom: Environment
Description: 30 % – Described quality: Guarantee periods and described conditions concerning quality beyond the minimum requirements in Annex 3 sheets C and F will be emphasised positively. Equivalent to all points marked TD in Annex 2, Requirement Pack, is a part of the quality assessment. The quality assessment is based on the contracting authority ?s purchasing discretion, where the best tender will achieve 10 points and then converted to weight 30%. 10 % – Described logistics/transport Prices are initially stated based on full transports. The contracting authority will try to cooperate with the supplier in order to optimise transport with full loads. It will, however, be advantageous if the tenderer has a good system for co-loading with other transports, possibly stores in the regions close to the contracting authority and any other things that substantiate reduced environmental impact and costs for orders for fewer numbers of containers. The system is described in Annex 3 sheet D. Distance to the production place and type of transport from the production place to the contracting authority is described. Short distance and environmentally friendly transport systems will be assessed positively. The logistics/transport assessment is based on the contracting authority ?s purchasing discretion, where the best tender will achieve 10 points and then calculated to weight 10%.
Pondération (points, valeur exacte): 4

Critère:

Type: Qualité
Nom: Aesthetics and functionality
Description: Aesthetics can be documented by enclosing pictures of the different containers and possibly describing aesthetic advantages for the offered containers in Annex 3 sheet E. The functionality beyond the requirement pack is described in Annex 3 sheet F. The contracting authority will put together a group that shall assess aesthetics and functionality based on judgement. The best tender will achieve 10 points and then converted to weight 10%.
Pondération (points, valeur exacte): 1

Critère:

Type: Qualité
Nom: Delivery
Description: Delivery time from order to delivery is stated in Annex 3 sheets A and B. The evaluation of the delivery time is based on the contracting authority ?s purchasing discretion, where the best tender will achieve 10 points and then converted to weight 10%.
Pondération (points, valeur exacte): 1

5.1.11.
Documents de marché
Langues dans lesquelles les documents de marché sont officiellement disponiblesnorvégien
Date limite de demande d’informations complémentaires02/09/2024 22:00:00 (UTC)
Adresse des documents de marché: https://tendsign.com/doc.aspx?MeFormsNoticeId=26058

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 présentéesnorvégien
Catalogue électronique: Autorisée
Variantes: Non autorisée
Les soumissionnaires peuvent présenter plusieurs offresAutorisée
Description de la garantie financière: See Annex 7 – Contract Terms
Date limite de réception des offres: 09/09/2024 21:59:59 (UTC)
Date limite de validité de l’offre97 Jours

Informations relatives à l’ouverture publique:

Date d’ouverture: 09/09/2024 22:00:00 (UTC)

Conditions du marché:

Le marché doit être exécuté dans le cadre de programmes d’emplois protégésPas encore connu
Facturation en ligneRequise
La commande en ligne sera utilisée: oui
Le paiement en ligne sera utilisé: oui

5.1.15.
Techniques
Accord-cadre: Accord-cadre, avec remise en concurrence
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 recoursTrøndelag tingrett

8. Organisations
8.1.
ORG-0001
Nom officiel: Fosen Renovasjon IKS
Numéro d’enregistrement: 978669360
Département: Upphandling
Adresse postale: Rådhusveien 12  
Ville: Rissa
Code postal: 7100
Pays: Norvège
Point de contact: Ola Sørås
Adresse électronique: Ola@fosen.renovasjon.no
Téléphone: 73858590
Rôles de cette organisation

Acheteur

8.1.
ORG-0002
Nom officiel: Trøndelag tingrett
Numéro d’enregistrement: 926 722 794
Adresse postale: Postboks 2317 Torgarden  
Ville: Trondheim
Code postal: 7004
Subdivision pays (NUTS): Trøndelag (NO060)
Pays: Norvège
Adresse électronique: trondelag.tingrett@domstol.no
Téléphone: 73 54 24 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: 8559a4f0-6e50-4481-b74f-17896b827df2 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis16
Date d’envoi de l’avis: 07/08/2024 13:17:27 (UTC)
Date d’envoi de l’avis (eSender): 07/08/2024 13:21:16 (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: 481376-2024
Numéro de publication au JO S: 155/2024
Date de publication: 09/08/2024