Snow clearing of lot 0125 Tromsøya mid outdoor area

Snow clearing of lot 0125 Tromsøya mid outdoor area Snow clearing of lot 0125 Tromsøya mid outdoor area

CPV: 90620000 Usługi odśnieżania, 34000000 Sprzęt transportowy i produkty pomocnicze dla transportu, 34143000 Pojazdy do utrzymania dróg w okresie zimy, 90600000 Usługi sprzątania oraz usługi sanitarne na obszarach miejskich lub wiejskich oraz usługi powiązane
Termin:
30 kwietnia 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Snow clearing of lot 0125 Tromsøya mid outdoor area
Miejsce udzielenia zamówienia:
Tromsø kommune
Numer nagrody:
24/227

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 : Snow clearing of lot 0125 Tromsøya mid outdoor area
Description : Snow clearing of lot 0125 Tromsøya mid outdoor area
Procedure identifier : a748984a-603f-4a98-a15e-8a87266f637a
Internal identifier : 24/227
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 ): 90620000 Snow-clearing services
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34143000 Winter-maintenance vehicles
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services

2.1.2 Place of performance

Town : Tromsø
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 : Snow clearing of lot 0125 Tromsøya mid outdoor area
Description : Snow clearing of lot 0125 Tromsøya mid outdoor area
Internal identifier : 24/227

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34143000 Winter-maintenance vehicles
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 29/09/2025
Duration end date : 14/05/2028

5.1.4 Renewal

Maximum renewals : 3
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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 : Tax and VAT certificates.
Description : Requirement: Tenderers shall have their tax and VAT payments in order. Documentation requirement: Tax and VAT certificate. The certificate must not be older than six months calculated from the deadline for receipt of tenders. Tenderers from other EEA countries, countries included in the GPA contract or a free trade agreement with EFTA/Norway shall enclose equivalent certificates or other statutory documentation from equivalent authorities in the country where the tenderer has its headquarters.
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 trade register in the member state in which 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: The tenderer shall have experience from equivalent assignments. Equivalent means the delivery of the same service (snow clearing/winter maintenance) to the contracting authority of approximately the same extent as this contract. Documentation requirement: Tenderers must document their experience with comparable deliveries to customers by enclosing a minimum of two references from the last three years. The contracting authorities shall be specified with contact information so that references can be obtained. Tenderers that are newly established and cannot, henceforth, present references, must substantiate that they have the prerequisites required to fulfil the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Competence and implementation ability.
Description : Requirement: Tenderers shall have the necessary capacity and have access to resources, who have the competence and implementation ability within the disciplines required by the assignment. Documentation requirement: Tenderers shall document this by presenting a general description of relevant professional competence, as well as how the organisation will be used for the execution of the contract. This also includes the machines that are intended to be used for the contract.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The Contracting Authority requests a fixed price for snow clearing of this area. Evaluation of the award criteria: In the price criteria, the following point will be the evaluation sum: Table 1: Fixed price per winter season (sum of all rows) The price criterion will be evaluated so that the lowest price gets 60 points, while the other prices are evaluated according to the relative difference to the lowest price. Lowest price/tender sum * 60 = number of points Documentation requirement: Completed Annex 3 Price Form.
Weight (points, exact) : 60
Criterion :
Type : Quality
Name : Environment
Description : The contracting authority has a high focus on the environment and emissions in the municipality. This criteria will evaluate the motorisation and emission class. The score will be determined based on an objective measure. The tenderer can achieve a maximum of 40 points. The score will not be normalised. If a tenderer offers several machines where they have different motorisations and emission classes, then the contracting authority will calculate an average of these to find the score. Example: Tenderers state that the following machines shall be used on the actual route: A machine with Stage 5 A machine with Stage 5 A machine with Stage 4 Supplier gets 30 points + 30 points + 15 points. This will be a total of 75 points. As tenderers shall use 3 vehicles for this area, the average of these will be used (75/3), which gives the score 25. The contracting authority will emphasise the vehicles that are in use or that will be used during the first contract year. Tenderers who shall procure a new lorry/machine for this route must state information on this in Annex 1 Equipment Specifications in the same way that the lorries/machines the tenderer already has. Documentation requirement: Complete Annex 1 Equipment Specifications.
Weight (points, exact) : 40
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 : 21/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=51370

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
Deadline for receipt of tenders : 30/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 60 Day
Information about public opening :
Opening date : 30/04/2025 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 : 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 : 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 : Mads Bratteng Stagrum
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

11. Notice information

11.1 Notice information

Notice identifier/version : 61a5e851-ff4d-42fe-96e4-a685648eb9a0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/03/2025 11:04 +00:00
Notice dispatch date (eSender) : 17/03/2025 11:12 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00173606-2025
OJ S issue number : 54/2025
Publication date : 18/03/2025