Procurement of a treading machine

Procurement of a trample machine for Vardåsen ski centre. The snow groomer shall be used for laying and packing snow, both by snow production and daily preparation of the ski slope, as well as the establishment and preparation of park elements. In addition the machine shall be used for lifting …

CPV: 43310000 Maquinaria de ingeniería civil
Plazo:
25 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Procurement of a treading machine
Organismo adjudicador:
Asker kommune
Número de premio:
25/23

1. Buyer

1.1 Buyer

Official name : Asker kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of a treading machine
Description : Procurement of a trample machine for Vardåsen ski centre. The snow groomer shall be used for laying and packing snow, both by snow production and daily preparation of the ski slope, as well as the establishment and preparation of park elements. In addition the machine shall be used for lifting and transporting equipment, for example the safety net, padding etc., to the top of the ski slope for maintenance work and events. The machine must be able to drive in steep terrain. The procurement includes a complete machine in accordance with the requirement specifications, as well as a full service contract during the warranty period, with an option to extend it. The estimated value is NOK 4.5 – 5.0 million. Further information and all competition documents can be found in the Contracting Authority's KGV TendSign. Questions to the tender documentation, as well as the submission of tenders, shall also take place here.
Procedure identifier : 029d4980-94c8-4a00-8a1e-1ce99d2ead4d
Internal identifier : 25/23
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1).

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 43310000 Civil engineering machinery

2.1.2 Place of performance

Postal address : Trettestykket 39
Town : Asker
Postcode : 1388
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information : The trample machine shall be used in vardåsen ski centre in Asker

2.1.3 Value

Estimated value excluding VAT : 5 000 000 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 : See the national law, the relevant notice or procurement documents. 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 in such a situation is obligatory in accordance with the current national law without the possibility of 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 in such a situation is obligatory in accordance with the current national law without the possibility of 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 in such a situation is obligatory in accordance with the current national law without the possibility of 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 combating 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 the Protection of the European Communities Financial Interests (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 in such a situation is obligatory in accordance with the current national law without the possibility of 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 in such a situation is obligatory in accordance with the current national law without the possibility of 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 : Is the tenderer aware of a conflict of interest as stated in national law, the relevant notice or procurement documents, as a result of his participation in the competition?
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 in such a situation is obligatory in accordance with the current national law without the possibility of exceptions.
Payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where 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 of 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 of a treading machine
Description : Procurement of a trample machine for Vardåsen ski centre. The snow groomer shall be used for laying and packing snow, both by snow production and daily preparation of the ski slope, as well as the establishment and preparation of park elements. In addition the machine shall be used for lifting and transporting equipment, for example the safety net, padding etc., to the top of the ski slope for maintenance work and events. The machine must be able to drive in steep terrain. The procurement includes a complete machine in accordance with the requirement specifications, as well as a full service contract during the warranty period, with an option to extend it. The estimated value is NOK 4.5 – 5.0 million. Further information and all competition documents can be found in the Contracting Authority's KGV TendSign. Questions to the tender documentation, as well as the submission of tenders, shall also take place here.
Internal identifier : 25/23

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 43310000 Civil engineering machinery
Quantity : 1

5.1.2 Place of performance

Postal address : Trettestykket 39
Town : Asker
Postcode : 1388
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information : The trample machine shall be used in vardåsen ski centre in Asker

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 5 000 000 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 : The tenderer's economic and financial capacity
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration, authorisations, etc.
Description : Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Tenderers shall have experience from comparable contracts.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer's capacity and implementation ability
Description : Tenderers shall have sufficient capacity to carry out the assignment within the stated limits and deadlines.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Under this criteria, the offered price and life cycle costs are assessed.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Quality
Description : The following criteria evaluates: - Response time, - Delivery time of the complete machine, - Guarantee period, - Service contract.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Environment
Description :
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=48568

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 25/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 119 Day
Information about public opening :
Opening date : 25/04/2025 11:00 +00:00
Place : Asker
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The delivery of the trampling machine shall be delivered in accordance with the description in the requirement specifications and the contract terms.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Ringerike, Asker og Bærum tingrett
Organisation receiving requests to participate : Asker kommune
Organisation processing tenders : Asker kommune

8. Organisations

8.1 ORG-0001

Official name : Asker kommune
Registration number : 920125298
Department : Anskaffelser
Postal address : Postboks 353
Town : Asker
Postcode : 1372
Country : Norway
Contact point : Elfrid Nygaard Stabellini
Telephone : 66 90 90 00
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Ringerike, Asker og Bærum tingrett
Registration number : 926 725 963
Postal address : Postboks 578
Town : Sandvika
Postcode : 1302
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 67 57 65 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 198eeaea-4059-4a0d-a5fc-2dd7ac0e9546 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 18/03/2025 09:09 +00:00
Notice dispatch date (eSender) : 18/03/2025 09:19 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00176511-2025
OJ S issue number : 55/2025
Publication date : 19/03/2025