-
Published23/05/2025
-
Today21/06/2025
-
Deadline23/06/2025
Utilities
Collection and transport of sludge
Note: Not all information for this procedure were successfully computed. Please consult linked documents for more details.
The scheme includes emptying interceptors for sludge/septic tanks, emptying blocked sewage tanks, emptying mini-treatment facilities, sludge from municipal treatment facilities, as well as options for other assignments such as flushing pipelines, emptying sand traps etc. The contract work includes emptying both private and municipal sewage installations in Gjerstad, Risør, Tvedestrand and Vegårshei municipalities, as well as transport to the delivery place, Hestemyr. The scheme includes approx. 3,000 private and municipal interceptors for sludge or mini-treatment facilities, as well as approx. 200 sealed tanks. The scheme also includes municipal treatment facilities that are located close to urban settlements in the municipalities. These are of varying sizes and have different requirements for emptying. The contract ́s start date is 01.01.2026 and it will be for 5 years with a unilateral option for the contracting authority for 1+1 year.
https://app.artifik.no/procurements/388
https://app.artifik.no/procurements/388
90513600 - Sludge removal services
90460000 - Cesspool or septic tank emptying services
90510000 - Refuse disposal and treatment
90000000 - Sewage, refuse, cleaning and environmental services
90513000 - Non-hazardous refuse and waste treatment and disposal services
Type: price
Description: Price/ cost
Weight (percentage, exact): 70
Criterion:
Type: quality
Description: Quality of assignment implementation
Weight (percentage, exact): 15
Criterion:
Type: quality
Description: Quality of implementation ability/resources
Weight (percentage, exact): 15
Criterion:
Type: quality
Description: The contracting authority uses the exclusionary provision in [PPR] § 7-9, fourth paragraph, first period; (4) Award criteria in accordance with the second and third paragraphs can be replaced with climate and environmental requirements in the requirement specification, if it is clear that this gives a better climate and environmental effect and this is justified in the procurement documents. The contracting authority has made an assessment based on a dialogue with suppliers and concluded that the market is not mature in order to make requirements for the use of biogas or other zero emission vehicles under the award criteria. There is also a limited number of other relevant award criteria for the environment, which in this case will contribute to a good, verifiable and real environmental saving. The contracting authority has instead chosen to use the environmental management system as a qualification requirement, as well as a requirement that vehicles with Euro 6 classification are used. The environmental management system ensures that tenderers have a systematic approach to environmental management and contribute to sustainable development by i.a. protecting the environment by preventing or curbing unfortunate environmental impact.
Weight (percentage, exact): 0
This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.