Procurement - Tyres and tyre hotel, 2025

The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The objective of the agreement is to cover the customer's need for the following products and services: Purchase of tyres, including summer tyres, winter tyres (with or without spikes) Procurement of tyres …

CPV: 34350000 Tyres for heavy/light-duty vehicles, 34000000 Transport equipment and auxiliary products to transportation, 34300000 Parts and accessories for vehicles and their engines, 34351000 Light-duty tyres, 34351100 Tyres for motor cars, 63120000 Storage and warehousing services
Deadline:
March 24, 2025, 8 a.m.
Deadline type:
Submitting a bid
Place of execution:
Procurement - Tyres and tyre hotel, 2025
Awarding body:
Ålesund kommune
Award number:
25/688

1. Buyer

1.1 Buyer

Official name : Ålesund kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement - Tyres and tyre hotel, 2025
Description : The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The objective of the agreement is to cover the customer's need for the following products and services: Purchase of tyres, including summer tyres, winter tyres (with or without spikes) Procurement of tyres on heavy and light vehicles Tyre accessories (e.g. wheel rims, chains, valves and axles) Tyre replacement in the spring and autumn season, and otherwise if needed. Alteration and balancing of tyres Balancing Repairs of punctured tyres Liquid filling  Seiping Pigging in accordance with the regulations. Winter and summer storage of tyres (tyre hotel) Stand-by and turn-out if needed (mobile assistance) Comments on the contract: Tenderers shall be able to offer a broad spectrum of different tyre labels in order to cover the contracting authority ́s needs. Which tyre mark shall be used is agreed between the customer and each driver. For ÅBV ́s part, this is agreed with the material manager. If a customer needs goods or services that the tenderer cannot deliver, it shall be possible to purchase it outside this contract.  Most of the passenger cars that are used in Ålesund municipality, including companies, are operated through leasing contracts, which are largely connected to separate tyre hotel agreements. In addition, some entities have the capacity to carry out tyre replacements and store tyres themselves. The customers shall therefore have the possibility, but not an obligation, to use the framework agreement in these cases.
Procedure identifier : ca20d3d6-1323-4409-b131-e56076cf489e
Internal identifier : 25/688
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34350000 Tyres for heavy/light-duty vehicles
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34300000 Parts and accessories for vehicles and their engines
Additional classification ( cpv ): 34351000 Light-duty tyres
Additional classification ( cpv ): 34351100 Tyres for motor cars
Additional classification ( cpv ): 63120000 Storage and warehousing services

2.1.2 Place of performance

Town : Ålesund
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Additional information : Participants in the agreement: -Ålesund municipality including municipal companies (KF) -Attvin Produksjon AS

2.1.3 Value

Estimated value excluding VAT : 7 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : 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.
Bankruptcy : 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.
Arrangement with creditors : 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 in a criminal organisation : 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)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : 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.
Money laundering or terrorist financing : 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).
Fraud : 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).
Child labour and other forms of trafficking in human beings : 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).
Insolvency : 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.
Breaching of obligations in the fields of labour law : 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.
Assets being administered by liquidator : 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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : 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?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : 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?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : 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?
Breaching of obligations in the fields of social law : 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.
Payment of social security contributions : 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?
Business activities are suspended : 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.
Payment of 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?
Terrorist offences or offences linked to terrorist activities : 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 technical ID : LOT-0000

Title : Procurement - Tyres and tyre hotel, 2025
Description : The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The objective of the agreement is to cover the customer's need for the following products and services: Purchase of tyres, including summer tyres, winter tyres (with or without spikes) Procurement of tyres on heavy and light vehicles Tyre accessories (e.g. wheel rims, chains, valves and axles) Tyre replacement in the spring and autumn season, and otherwise if needed. Alteration and balancing of tyres Balancing Repairs of punctured tyres Liquid filling  Seiping Pigging in accordance with the regulations. Winter and summer storage of tyres (tyre hotel) Stand-by and turn-out if needed (mobile assistance) Comments on the contract: Tenderers shall be able to offer a broad spectrum of different tyre labels in order to cover the contracting authority ́s needs. Which tyre mark shall be used is agreed between the customer and each driver. For ÅBV ́s part, this is agreed with the material manager. If a customer needs goods or services that the tenderer cannot deliver, it shall be possible to purchase it outside this contract.  Most of the passenger cars that are used in Ålesund municipality, including companies, are operated through leasing contracts, which are largely connected to separate tyre hotel agreements. In addition, some entities have the capacity to carry out tyre replacements and store tyres themselves. The customers shall therefore have the possibility, but not an obligation, to use the framework agreement in these cases.
Internal identifier : 25/688

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34350000 Tyres for heavy/light-duty vehicles
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34300000 Parts and accessories for vehicles and their engines
Additional classification ( cpv ): 34351000 Light-duty tyres
Additional classification ( cpv ): 34351100 Tyres for motor cars
Additional classification ( cpv ): 63120000 Storage and warehousing services

5.1.2 Place of performance

Town : Ålesund
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Additional information : Participants in the agreement: -Ålesund municipality including municipal companies (KF) -Attvin Produksjon AS

5.1.3 Estimated duration

Start date : 19/04/2025
Duration end date : 18/04/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 7 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Payment of tax, VAT and other public duties.
Description : This requirement only applies to Norwegian tenderers. Demand:  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 shall order this in Altinn on behalf of their activities. When ordering, state Ålesund municipality as the copy recipient, so that the contracting authority gets a copy of the certificate directly to its inbox in Altinn. Read about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Credit rating
Description : Demand: 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.
Use of this criterion : Used
Criterion :
Type : Other
Name : 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Experience
Description : Demand:  Tenderers or employees at the tenderer are required to have experience with heavy vehicles in regards to:  Sales of car tyres for lighter and heavier vehicles.  Treatment of tyres, including seiping and pigging and other equivalent repairs. Alteration of tyres Documentation requirement: A reference list shall be enclosed with a minimum of one reference that shows that the qualification requirement is fulfilled. Tenderers are requested to fill in the annex "The Tenderer's experience", or other document with equivalent information (maximum two A4 pages).
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Orientation: Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. The price form consists of 3 sheets that all shall be filled in - A, B and C. For further information on what is included in the "premium tyres" and "budget tyres", see the requirement specifications point 4.3.1.1 Tyres. The offered tyres in the price form that do not fulfil the requirements can lead to rejection of the tender offer.  All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. If product lines in the price form are submitted blank/not filled in, they will be filled in with the highest unit price offered for this product line + 10%. If more than 5% of the product lines lack a price indication, it will be seen as a significant deviation and lead to a tender being rejected in it's entirety. Evaluation: When assessing the price, a hybrid model with break point 1 will be used. The attached template for the evaluation model is attached. The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Implementation ability
Description : Orientation: Tenderers are requested to describe how they intend to rig themselves to fulfil the customer ́s requirements. The description must, in addition to what the tenderer wishes to emphasise, a minimum of: How to ensure a customer gets a good overview of which tyres are stored at the tyre hotel How to administer and prioritise the customer for calling in and changing tyres Description of the contents of the mobile service vehicle. Treatment of strains The response shall be maximum 2 A4 pages. The response shall not include a cover page or table of contents. Any pages after page 2 will not be evaluated. Any links etc. in the reply will not be evaluated. Evaluation: This award criteria will be assessed based on the tenderer ́s description of the award criteria. A total procurement assessment of the described system will be carried out during the evaluation. Best solution will be awarded the highest score (10). Other solutions will be awarded a point score relative to the best solution.  The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 16/03/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=46112

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 24/03/2025 08:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 24/03/2025 08:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country : Norway
Contact point : Henriette Longva
Telephone : +4770162000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 7d46eba5-7a4f-4849-b0b6-a63906cf38ef - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/02/2025 13:07 +00:00
Notice dispatch date (eSender) : 17/02/2025 13:14 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00106774-2025
OJ S issue number : 34/2025
Publication date : 18/02/2025