Tender Details
Title
Norway – Snow-clearing services – Competition for a contract for winter maintenance Iveland municipality 2024-2028/30 - Snow clearing area 2 Place of performance: Norway,Agder Main nature of the contract: Services Official name: Iveland kommune Type of procedure: Open
Country
Language
English
Organization
Published Date
30.05.2024
Deadline Date
02.07.2024
Overview
321117-2024 - Competition Competition Norway: Snow-clearing services Competition for a contract for winter maintenance Iveland municipality 2024-2028/30 - Snow clearing area 2 Norway, Agder (NO092) Iveland Estimated value excluding VAT: 1 600 000,00 NOK Type of procedure: Open Buyer Buyer: Iveland kommune Norway, Agder (NO092), Iveland LOT-0000: Competition for a contract for winter maintenance Iveland municipality 2024-2028/30 - Snow clearing area 2 Snow-clearing services Norway, Agder (NO092) Iveland Start date: 14/10/2024 Duration end date: 14/04/2028 Estimated value excluding VAT: 1 600 000,00 NOK Deadline for receipt of tenders: 02/07/2024 - 10:00:00 (UTC) 321117-2024 - Competition Norway – Snow-clearing services – Competition for a contract for winter maintenance Iveland municipality 2024-2028/30 - Snow clearing area 2 OJ S 104/2024 30/05/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Iveland kommune Legal type of the buyer: Body governed by public law, controlled by a local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Competition for a contract for winter maintenance Iveland municipality 2024-2028/30 - Snow clearing area 2 Description: The contracting authority invites tenderers to a competition for a contract for winter maintenance on snow clearing area 2 in Iveland municipality. The contract will be valid from 15 October 2024 to 15 April 2028, with an option for an extension for 1+1 year. Procedure identifier: 88b234de-a58f-4f17-83a7-5658abc6677d Internal identifier: I/A Type of procedure: Open 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). Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations §24-8(1) b. The contracting authority can reject tenders that include deviations from the procurement documents, ambiguousness or similar that must not be considered insignificant, cf. Regulations § 24-8(2) a. Tenderers are therefore strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly ask questions about uncertainties via kgv, cf. point 2.8. 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90620000 Snow-clearing services Additional classification (cpv): 90600000 Cleaning and sanitation services in urban or rural areas, and related services 2.1.2. Place of performance Town: Iveland Country subdivision (NUTS): Agder (NO092) Country: Norway Additional information: Natelandsholtet, Æretveit (private), Thortveit (private), Skripeland (private), Gaudestad (private) – Solbergveien, Tingtjønn including a foot/cycle path between Solborgveien and Tingtjønn – Grosås – Odderstøl – Hodne (private). The road junctions shall be cleared by all municipal roads. The area is in the 2023/2024 season with 15 households and several private roads on the voluntary snow clearing scheme for private households. It must be calculated that the number of private roads and households will vary from year to year. 2.1.3. Value Estimated value excluding VAT: 1 600 000,00 NOK Maximum value of the framework agreement: 1 600 000,00 NOK 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, at the enforceable verdict 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 corruption, involving servicemen in the European Communities or in 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 legally enforceable verdict been convicted of participation in a criminal organisation by a verdict handed down not 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 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 of a legal verdict been convicted of money laundering or financing terrorism by a judgement handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?Wedding money or financing terrorismAs a rejection period determined directly in the judgement that still applies?White money or financing terrorism. 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 legally enforceable verdict 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?Speed as discussed in Article 1 of the convention on 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, at a legally enforceable verdict been convicted of child labour and other forms of human trafficking by a judgement handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid as well as other forms of human trafficking as defined as defined in the judgement?<p article 2 of the European Parliament and the Council ́s directive 2011/36/EU of 5. 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: If the tenderer: a) has given grossly incorrect information when notifying the information required to check that there is no basis for rejection, or that the qualification requirements are fulfilled, b) failed to provide such information, c) subject to immediately submitting the supporting documents that the contracting authority requests. ord) improperly affected the contracting authority's decision making process in order to acquire confidential information that may give this an unlawful advantage in connection with the competition, or negligently has given misleading information that could 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 activity by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Terrorist acts or punishable acts of terrorism. acts relating to terrorist activity as defined in Articles 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: LOT-0000 Title: Competition for a contract for winter maintenance Iveland municipality 2024-2028/30 - Snow clearing area 2 Description: The contracting authority invites tenderers to a competition for a contract for winter maintenance on snow clearing area 2 in Iveland municipality. The contract will be valid from 15 October 2024 to 15 April 2028, with an option for an extension for 1+1 year. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90620000 Snow-clearing services Additional classification (cpv): 90600000 Cleaning and sanitation services in urban or rural areas, and related services Options: Description of the options: The extension is for 1+1 year. 5.1.2. Place of performance Town: Iveland Country subdivision (NUTS): Agder (NO092) Country: Norway Additional information: Natelandsholtet, Æretveit (private), Thortveit (private), Skripeland (private), Gaudestad (private) – Solbergveien, Tingtjønn including a foot/cycle path between Solborgveien and Tingtjønn – Grosås – Odderstøl – Hodne (private). The road junctions shall be cleared by all municipal roads. The area is in the 2023/2024 season with 15 households and several private roads on the voluntary snow clearing scheme for private households. It must be calculated that the number of private roads and households will vary from year to year. 5.1.3. Estimated duration Start date: 14/10/2024 Duration end date: 14/04/2028 5.1.4. Renewal Maximum renewals: 2 5.1.5. Value Estimated value excluding VAT: 1 600 000,00 NOK Maximum value of the framework agreement: 1 600 000,00 NOK 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) This procurement is also suitable for small and medium-sized enterprises (SMEs) 5.1.7. Strategic procurement Green Procurement Criteria: No Green Public Procurement criteria 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Tenderers shall have sufficient economic and financial capacity to be able to fulfil the contract for the number of routes offered. - Tenderers shall be assessed as credit worthy. Description: Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company that has licence to conduct such activity. The contracting authority reserves the right to obtain a credit assessment from a credit information company. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Description: • Norwegian companies: Company Registration Certificate. • Foreign companies: Proof that the company is registered in a company register, professional register or a trade register in the country where the tenderer is established. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Tenderers shall have good competence and good experience from equivalent assignments. Description: An overview of the most relevant assignments that the tenderer has carried out in the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through Description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: The tenderer shall have sufficient capacity to carry out the assignment. The offered personnel shall have good competence and good experience from equivalent work. Description: A description of the tenderer's average workforce and the number of employees in the management during the last three years. A description shall be given of how many persons will be engaged to carry out the assignment for each lot, as well as which contingency plan the tenderer has for crew and equipment for holidays, illness, machine breakdown etc. Information on the offered personnel ́s education and professional qualifications, see the crew list in annex 4. It shall be clear which persons at the tenderer will be set to carry out work in connection with this contract. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Tenderers must have sufficient and suitable equipment to carry out the assignment for the number of routes offered. Description: A description of the tools, materials and equipment that the tenderer has at his disposal for carrying out the routes included in the tender, see the price form annex 3. Use of this criterion: Used 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Norwegian Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=404497&B= 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=404497&B= Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not allowed Variants: Not allowed Description of the financial guarantee: Tenderers shall have sufficient economic and financial capacity. to be able to fulfil the contract for the number of areas offered. - Tenderers shall be assessed as credit worthy. Deadline for receipt of tenders: 02/07/2024 10:00:00 (UTC) Deadline until which the tender must remain valid: 2 Months Information about public opening: Opening date: 02/07/2024 10:00:00 (UTC) Terms of contract: A non-disclosure agreement is required: no Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Agder tingrett Organisation providing additional information about the procurement procedure: Iveland kommune Organisation providing offline access to the procurement documents: Iveland kommune Organisation providing more information on the review procedures: Iveland kommune Organisation receiving requests to participate: Iveland kommune Organisation processing tenders: Iveland kommune 8. Organisations 8.1. ORG-0001 Official name: Iveland kommune Registration number: 864966012 Postal address: Frikstadveien 20 Town: Iveland Postcode: 4724 Country subdivision (NUTS): Agder (NO092) Country: Norway Contact point: Mattias Momrak Email: mattias@odinprosjekt.no Telephone: +47 45446121 Internet address: https://www.iveland.kommune.no Buyer profile: https://eu.eu-supply.com/ctm/company/companyinformation/index/311790 Roles of this organisation: Buyer Organisation providing additional information about the procurement procedure Organisation providing offline access to the procurement documents Organisation receiving requests to participate Organisation processing tenders Organisation providing more information on the review procedures 8.1. ORG-0002 Official name: Agder tingrett Registration number: 926 723 480 Town: Kristiansand Postcode: 4661 Country subdivision (NUTS): Agder (NO092) Country: Norway Email: agder.tingrett@domstol.no Telephone: 38 17 63 00 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 905f4754-e291-4645-8ca4-8f72dd399ae3 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 28/05/2024 11:54:36 (UTC) Notice dispatch date (eSender): 28/05/2024 13:00:34 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 321117-2024 OJ S issue number: 104/2024 Publication date: 30/05/2024 Czech document download: https://ted.europa.eu/cs/notice/321117-2024/pdf Danish document download: https://ted.europa.eu/da/notice/321117-2024/pdf German document download: https://ted.europa.eu/de/notice/321117-2024/pdf Greek document download: https://ted.europa.eu/el/notice/321117-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/321117-2024/pdf English document download: https://ted.europa.eu/en/notice/321117-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/321117-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/321117-2024/pdf French document download: https://ted.europa.eu/fr/notice/321117-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/321117-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/321117-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/321117-2024/pdf Italian document download: https://ted.europa.eu/it/notice/321117-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/321117-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/321117-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/321117-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/321117-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/321117-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/321117-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/321117-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/321117-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/321117-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/321117-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/321117-2024/pdf
NAICS
Business All Other Professional Computing Infrastructure Providers Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Copper Religious Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Machinery Regulation Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Process Private Households Funds
CPVS
Tools Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Profiles Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Mains Control, safety, signalling and light equipment Nuts Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Snow Lead Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Foundation work for highways, roads, streets and footpaths Construction work for highways, roads Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Forms Vats Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Catalogues Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Tool parts Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Profiles Nuts Awards Business cases Co financing Machine made parts Equipment cases Road junction Case making services Cleaning, sorting, and grading machine parts and accessories Coffee, green Securities Jacket, Winter
Regions
Europe Northern Europe Western Europe
Sectors
Services Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert