Procurement of site specific avalanche warning in Tromsø municipality

The assignment consists of site specific avalanche warning for defined avalanche prone buildings in Tromsø municipality. Tenderers shall, in the period 15 November – 15 May, describe and alert the avalanche danger to avalanche-prone buildings in Tromsø municipality. The assignment consists of site specific avalanche warning for defined avalanche prone …

CPV: 34928330 Dispositivos de protección contra avalanchas, 38120000 Instrumentos de meteorología, 38127000 Estaciones meteorológicas, 71351000 Servicios de prospección geológica, geofísica y otros tipos de prospección científica, 71351200 Servicios de consultoría en materia geológica y geofísica, 71351600 Servicios de predicción del tiempo, 71351610 Servicios de meteorología
Plazo:
30 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Procurement of site specific avalanche warning in Tromsø municipality
Organismo adjudicador:
Tromsø kommune
Número de premio:
24/83

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Procurement of site specific avalanche warning in Tromsø municipality
Description : The assignment consists of site specific avalanche warning for defined avalanche prone buildings in Tromsø municipality. Tenderers shall, in the period 15 November – 15 May, describe and alert the avalanche danger to avalanche-prone buildings in Tromsø municipality.
Procedure identifier : bd721f75-69b4-43b0-b0f1-9351331b3438
Internal identifier : 24/83
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 : Services
Main classification ( cpv ): 71351610 Meteorology services
Additional classification ( cpv ): 34928330 Paravalanche devices
Additional classification ( cpv ): 38120000 Meteorological instruments
Additional classification ( cpv ): 38127000 Weather stations
Additional classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71351600 Weather-forecasting services

2.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )

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 of site specific avalanche warning in Tromsø municipality
Description : The assignment consists of site specific avalanche warning for defined avalanche prone buildings in Tromsø municipality. Tenderers shall, in the period 15 November – 15 May, describe and alert the avalanche danger to avalanche-prone buildings in Tromsø municipality.
Internal identifier : 24/83

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71351610 Meteorology services
Additional classification ( cpv ): 34928330 Paravalanche devices
Additional classification ( cpv ): 38120000 Meteorological instruments
Additional classification ( cpv ): 38127000 Weather stations
Additional classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services
Additional classification ( cpv ): 71351600 Weather-forecasting services

5.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 6
The buyer reserves the right for additional purchases from the contractor, as described here : The contract is automatically renewed for one (1) year at a time, for a maximum of six (6) years. The maximum contract length is eight (8) years.

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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Financial capacity
Description : Requirement: The tenderer must have sufficient financial capacity to carry out the assignment/contract.  The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity. Documentation requirement:  The company's Annual Financial Statements for the last three years including notes, the Board's Annual Reports and Audit Reports, including new information of relevance to the company's fiscal figures. The Contracting Authority receives documents from the Brønnøysund Register Centre using eBevis. Credit evaluation/rating, not older than six months, and which is based on the last known fiscal figures. The rating shall be carried out by a credit rating company with licence to conduct this service.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
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
Name : The organisational and legal position of the tenderer.
Description : Requirement: Tenderers shall document that the company is legally established and registered in a company register or a commerce register in the member state in which the tenderer is established. Documentation requirement: Tenderers shall document this by presenting documentation that shows that the tenderer is registered in a trade register, trade register or other company register as prescribed by the law of the country where the tenderer is established, for example the Brønnøysund Register Centre.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience from equivalent assignments
Description : Requirement: Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from previous assignments.  Documentation: Tenderers shall document relevant experience by presenting a minimum of three reference assignments from the last five years calculated from the tender deadline. The contracting authorities shall be specified with contact information. Tenderers who are newly established and cannot therefore present references, must substantiate in another way that the tenderer is suitable for fulfilment of the contract. The reference assignments cannot be older than five years, but assignments that have started more than five years ago and completed less than five years ago are approved.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Capacity and implementation ability
Description : Requirement: Tenderers shall have or prevail over sufficient capacity to fulfil the contract. Documentation: A written description of the relevant personnel that the tenderer can use for fulfilment of the contract in all requested roles. The description can include personnel from sub-suppliers. Organisation plan for the assignment, showing tender offers for personnel in the different key positions in the contract, with responsibility and roles.  Emphasis is put on the fact that the personnel ́s competence and experience will not be assessed under this point.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Requirement: The tenderer shall have a quality assurance system suitable for the delivery ́s complexity, risk and aim. Documentation: A description of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management system
Description : Requirement: The tenderer shall have procedures for reducing damaging environmental impact when carrying out the assignment. Documentation: Certification in accordance with EMAS, ISO or the Eco-lighthouse programme will be accepted as documentation. Other documentation will also be accepted if the routines and measures are sufficient to take into account and reduce the damaging environmental impact. Tenderers shall state where the routines and measures are given in the documentation.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total price
Description :
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Competence
Description :
Weight (percentage, exact) : 25
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 : 15/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=27397

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 : 30/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 97 Day
Information about public opening :
Opening date : 30/09/2024 10:01 +00:00
Place : Tromsø
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 : no
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 : Nord-Troms og Senja tingrett

8. Organisations

8.1 ORG-0001

Official name : Tromsø kommune
Registration number : 940 101 808
Department : Seksjon for anskaffelser
Postal address : Rådhuset, Postboks 6900 Langnes
Town : Tromsø
Postcode : 9299
Country : Norway
Contact point : Renate Mortensen
Telephone : +47 77 79 00 00
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Nord-Troms og Senja tingrett
Registration number : 926 723 022
Postal address : Postboks 2510
Town : Tromsø
Postcode : 9270
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Telephone : 77 60 34 00
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 34287b80-fb7b-43de-8bda-7fc01b274aed-01

10.1 Change

Section identifier : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : 80ffde27-2ab5-496f-86cc-13c9012cbe28 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/09/2024 08:11 +00:00
Notice dispatch date (eSender) : 06/09/2024 08:24 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00538455-2024
OJ S issue number : 175/2024
Publication date : 09/09/2024