The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The aim of the contract is to cover the contracting authority ́s need for transport and treatment of hazardous building waste, from Attvin to final treatment at a certified treatment facility, in accordance with the requirement specifications. The aim is also to ensure that hazardous waste is taken care of in such a way that it does not create pollution or damage to humans or animals, or danger to it, and to contribute to an appropriate and reliable system for handling hazardous waste, cf. The Waste Regulations chapter 11. The contract is for: Waste with phthalates (e.g. floor coverings), waste that contains bronched flame retardants, waste containing chlorinated paraffins and for the options waste that includes PUR foam insulation and pressure impregnated and creosoted wood. Comments on the contract: Responsibility for the waste is to be taken over by a tenderer when the waste is charged in the tenderer ́s vehicles. The procurement is for the treatment of various types of hazardous building waste and building waste that cannot be handled together with normal household and commercial waste due to chemical, physical and/or biological qualities. Waste types included in this agreement are in accordance with the price form. Everything that is collected as hazardous waste shall be treated at a certified treatment facility. Emphasis is put on the fact that the hazardous waste in accordance with this agreement shall be directly to the final treatment facility and not the reception facility. Tenderers shall, thus, offer final treatment of the hazardous waste at one/several treatment facilities in accordance with requirements. Fractions other than what is stated may be included in this agreement. The volume of NOK shall not, nevertheless, exceed the maximum amount set for the contract. New waste types in the contract period: If new waste types are added in the contract period, it shall be possible for the customer to enter into this agreement if they do not make up a significant part of the contract. In such cases the same price calculations shall be used for new waste types as for other waste types in this contract. The contracting authority reserves the right, however, to hold a new competition for new waste types during the contract period. Options: Options in the contract are described in the point "options" in the requirement specification.
Frist
Fristen for mottak av tilbud var 2026-04-03.
Anskaffelsen ble publisert 2026-03-02.
Kunngjøring av konkurranse (2026-03-02) Gjenstand Anskaffelsens omfang
Tittel: Procurement - Transport and treatment of hazardous building waste Attvin, 2026
Referansenummer: 26/1642
Kort beskrivelse:
“The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer.
The aim of the contract is to cover the...”
Kort beskrivelse
The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer.
The aim of the contract is to cover the contracting authority ́s need for transport and treatment of hazardous building waste, from Attvin to final treatment at a certified treatment facility, in accordance with the requirement specifications.
The aim is also to ensure that hazardous waste is taken care of in such a way that it does not create pollution or damage to humans or animals, or danger to it, and to contribute to an appropriate and reliable system for handling hazardous waste, cf. The Waste Regulations chapter 11.
The contract is for:
Waste with phthalates (e.g. floor coverings), waste that contains bronched flame retardants, waste containing chlorinated paraffins and for the options waste that includes PUR foam insulation and pressure impregnated and creosoted wood.
Comments on the contract:
Responsibility for the waste is to be taken over by a tenderer when the waste is charged in the tenderer ́s vehicles.
The procurement is for the treatment of various types of hazardous building waste and building waste that cannot be handled together with normal household and commercial waste due to chemical, physical and/or biological qualities. Waste types included in this agreement are in accordance with the price form.
Everything that is collected as hazardous waste shall be treated at a certified treatment facility.
Emphasis is put on the fact that the hazardous waste in accordance with this agreement shall be directly to the final treatment facility and not the reception facility. Tenderers shall, thus, offer final treatment of the hazardous waste at one/several treatment facilities in accordance with requirements.
Fractions other than what is stated may be included in this agreement. The volume of NOK shall not, nevertheless, exceed the maximum amount set for the contract.
New waste types in the contract period:
If new waste types are added in the contract period, it shall be possible for the customer to enter into this agreement if they do not make up a significant part of the contract. In such cases the same price calculations shall be used for new waste types as for other waste types in this contract. The contracting authority reserves the right, however, to hold a new competition for new waste types during the contract period.
Options:
Options in the contract are described in the point "options" in the requirement specification.
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Tjenester i forbindelse med radioaktivt, giftig, medisinsk og farlig avfall📦
Estimert verdi eksklusive mva: 5 500 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer.
The aim of the contract is to cover the...”
Beskrivelse av anskaffelsen
The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer.
The aim of the contract is to cover the contracting authority ́s need for transport and treatment of hazardous building waste, from Attvin to final treatment at a certified treatment facility, in accordance with the requirement specifications.
The aim is also to ensure that hazardous waste is taken care of in such a way that it does not create pollution or damage to humans or animals, or danger to it, and to contribute to an appropriate and reliable system for handling hazardous waste, cf. The Waste Regulations chapter 11.
The contract is for:
Waste with phthalates (e.g. floor coverings), waste that contains bronched flame retardants, waste containing chlorinated paraffins and for the options waste that includes PUR foam insulation and pressure impregnated and creosoted wood.
Comments on the contract:
Responsibility for the waste is to be taken over by a tenderer when the waste is charged in the tenderer ́s vehicles.
The procurement is for the treatment of various types of hazardous building waste and building waste that cannot be handled together with normal household and commercial waste due to chemical, physical and/or biological qualities. Waste types included in this agreement are in accordance with the price form.
Everything that is collected as hazardous waste shall be treated at a certified treatment facility.
Emphasis is put on the fact that the hazardous waste in accordance with this agreement shall be directly to the final treatment facility and not the reception facility. Tenderers shall, thus, offer final treatment of the hazardous waste at one/several treatment facilities in accordance with requirements.
Fractions other than what is stated may be included in this agreement. The volume of NOK shall not, nevertheless, exceed the maximum amount set for the contract.
New waste types in the contract period:
If new waste types are added in the contract period, it shall be possible for the customer to enter into this agreement if they do not make up a significant part of the contract. In such cases the same price calculations shall be used for new waste types as for other waste types in this contract. The contracting authority reserves the right, however, to hold a new competition for new waste types during the contract period.
Options:
Options in the contract are described in the point "options" in the requirement specification.
Vis mer
Tilleggsprodukter/-tjenester: Avløp, søppel, sanitære og miljømessige tjenester📦
Tilleggsprodukter/-tjenester: Avfallstjenester📦
Hovedsted eller utførelsessted:
“Participants in the agreement:
-Attvin Produksjon AS
-Attvin Næring AS”
Utførelsessted: Møre og Romsdal🏙️
Varighet: 2 (YEAR)
Tidsrammen nedenfor er uttrykt i antall år.
Informasjon om opsjoner
Opsjoner ✅
Beskrivelse av opsjoner:
“The contracting authority requests tenders for the options described below.
The customer decides whether the different options shall be taken up or not....”
Beskrivelse av opsjoner
The contracting authority requests tenders for the options described below.
The customer decides whether the different options shall be taken up or not. The customer can trigger the options at any time during the agreement period.
Option 1: Impregnated pressure and creosote treated wood:
The contracting authority has a contract with Tafjord Kraftvarme AS (TKV) for the delivery of impregnated and creosote treated wood. Tenderers shall be able to offer an option for the transport and treatment of impregnated pressure and creosote treated wood that the contracting authority can use if:
The agreement with TKV will end during this contract period.
When there is an audit at TKV. The audit period is normally one month, in May and the reception facility at TKV is closed. In 2026 the audit period will be extra long with 3 months in the period June - August.
A price shall be offered in the price form for the transport and treatment of:
Pressure impregnation (CCA)
Creosote impregnated wood
Mixed impregnated & creosimpregnated wood
Option 2: IFraction: PUR - foam insulation:
A price shall be offered in the price form for the transport and treatment of:
CFC/KFH
The collection shall be agreed with the tenderer if needed.
Prices for the options are to be included in the price form. The evaluation of the options is in the award criterion Price.
Vis mer Informasjon om elektroniske kataloger
Tilbud må presenteres i form av elektroniske kataloger eller inkludere en elektronisk katalog
Tildelingskriterier
Pris ✅
Pris (vekting): 70
Kvalitetskriterium (navn): Environment
Kvalitetskriterium (vekting): 30
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-04-03 10:00:58 📅
Vilkår for åpning av tilbud: 2026-04-03 10:01:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 90
Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive...”
Liste og kort beskrivelse av regler og kriterier
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.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“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...”
Liste og kort beskrivelse av regler og kriterier
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.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Is it necessary to have specific authorisation from a particular organisation in order to provide the service in the tenderer ́s home country?”
Liste og kort beskrivelse av regler og kriterier:
“Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?”
Liste og kort beskrivelse av regler og kriterier:
“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...”
Liste og kort beskrivelse av regler og kriterier
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.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be...”
Liste og kort beskrivelse av regler og kriterier
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.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.”
Liste og kort beskrivelse av regler og kriterier:
“Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly...”
Liste og kort beskrivelse av regler og kriterier
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?
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including...”
Liste og kort beskrivelse av regler og kriterier
Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management...”
Liste og kort beskrivelse av regler og kriterier
Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Payment of tax, VAT and other public duties.
This requirement only applies to Norwegian tenderers.
Requirements:
Tenderers must have their tax, payroll...”
Liste og kort beskrivelse av regler og kriterier
Payment of tax, VAT and other public duties.
This requirement only applies to Norwegian tenderers.
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.
Any arrears or other irregularities must be justified.
Documentation requirement:
Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316".
Tenderers can order such a certificate from the Norwegian Tax Administration on behalf of their activities.
Tenderers are asked to enclose the certificate in the tender or submit it on request. The tax certificate must not be older than six months calculated from the deadline for receipt of tenders.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Credit rating
Requirements:
Tenderers must have the financial capacity to execute the contract.
The tenderer is required to be credit worthy, minimum A,...”
Liste og kort beskrivelse av regler og kriterier
Credit rating
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 RiskGuardian Suite 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 that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Experience
Requirements:
The tenderer, or employees at the tenderer are required to have experience from at least two equivalent assignments during the...”
Liste og kort beskrivelse av regler og kriterier
Experience
Requirements:
The tenderer, or employees at the tenderer are required to have experience from at least two equivalent assignments during the last three years. Equivalent assignments mean a contract for the transport and treatment of hazardous building waste.
Documentation requirement:
Complete the annex "The Tenderer's experience" or other document with equivalent information.
If another document is used, the response shall be maximum 1 A4 page. The response shall not include a cover page or table of contents. Any pages after page 1 will not be considered. Any links etc. in the reply will not be considered.
Utfyllende informasjon Klageinstans
Navn: Møre og Romsdal tingrett
Nasjonalt registreringsnummer: 926 723 200
Postadresse: Postboks 1354
Postnummer: 6001
Poststed: Ålesund
Region: Møre og Romsdal🏙️
Land: Norge 🇳🇴
E-post: more.og.romsdal.tingrett@domstol.no📧
Telefon: 70 33 47 00📞
URL: https://www.domstol.no/no/domstoler/tingrett/more-og-romsdal-tingrett/🌏 Klageprosedyre
Presis informasjon om frister for klageprosedyrer:
“In accordance with the regulations.” Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2026/S 043-148023 (2026-03-02)
Kunngjøring av konkurranse (2026-03-20) Gjenstand Anskaffelsens omfang
Estimert verdi eksklusive mva: 5 500 000 NOK 💰
Prosedyre Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-04-08 10:00:58 📅
Vilkår for åpning av tilbud: 2026-04-08 10:01:00 📅
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 95
Kunngjøring om tildeling av kontrakt (2026-04-15) Gjenstand Anskaffelsens omfang
Estimert verdi eksklusive mva: 5 500 000 NOK 💰
Tildeling av kontrakt Informasjon om manglende tildeling
Ingen tilbud eller forespørsler om deltakelse ble mottatt eller alle ble avvist
Identifikasjonsnummer for delkontrakt: LOT-0000
Informasjon om tilbud
Antall mottatte tilbud: 2
Kilde: OJS 2026/S 075-264548 (2026-04-15)