Winter operations on municipal roads In Kongsberg municipality

The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the …

CPV: 90620000 Услуги по почистване на улици от сняг
Краен срок:
Авг. 15, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Winter operations on municipal roads In Kongsberg municipality
Издаващ орган:
KONGSBERG KOMMUNE
Номер на наградата:
800

1. Buyer

1.1 Buyer

Official name : KONGSBERG 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 : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Procedure identifier : e996f276-df31-40c2-b3bd-ded67705addc
Internal identifier : 800
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 7 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 20
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 20

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : 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 with no exceptions, when the tenderer is still able to carry out the contract.
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 with no exceptions, when the tenderer is still able to carry out the contract.
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 with no exceptions, when the tenderer is still able to carry out the contract.
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 protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and including 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 with no exceptions, when the tenderer is still able to carry out the contract.
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 with no exceptions, when the tenderer is still able to carry out the contract.
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?
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?
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.
Breaching obligation relating to 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 with no exceptions, when the tenderer is still able to carry out the contract.
Breaching obligation relating to 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, 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.
Offence concerning its professional conduct in the domain of defence procurement : 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the country : Is the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Winter operations on municipal roads In Kongsberg municipality
Description : See the attached area map.
Internal identifier : 1024

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0002

Title : Winter operations on municipal roads In Kongsberg municipality
Description : See the attached area map.
Internal identifier : 1025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0003

Title : Winter operations on municipal roads In Kongsberg municipality
Description : See the attached area map.
Internal identifier : 1026

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0004

Title : Winter operations on municipal roads In Kongsberg municipality
Description : See the attached area map.
Internal identifier : 1027

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0005

Title : Winter operations on municipal roads In Kongsberg municipality
Description : See the attached area map.
Internal identifier : 1028

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0006

Title : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Internal identifier : 1029

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0007

Title : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Internal identifier : 1030

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0008

Title : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Internal identifier : 1031

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0009

Title : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Internal identifier : 1032

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0010

Title : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Internal identifier : 1033

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0011

Title : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Internal identifier : 1035

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0012

Title : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Internal identifier : 1036

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0013

Title : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Internal identifier : 1037

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0014

Title : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Internal identifier : 1038

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0015

Title : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Internal identifier : 1039

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0016

Title : Winter operations on municipal roads In Kongsberg municipality
Description : See the attached area map.
Internal identifier : 1040

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0017

Title : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Internal identifier : 1041

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0018

Title : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Internal identifier : 1042

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0019

Title : Winter operations on municipal roads In Kongsberg municipality
Description : See the attached area map.
Internal identifier : 1043

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

5.1 Lot technical ID : LOT-0020

Title : Winter operations on municipal roads In Kongsberg municipality
Description : The contract is for the procurement of services for snow clearing and gritting on municipal roads, pavements, foot/cycle paths, squares and squares in accordance with the attached route map. There are 20 routes that will be put out for tender, 18 of the routes apply for snow clearing, where the tenderer is called out to be cleared by the contracting authority. 2 areas, Heistadmoen and Hvittingfoss apply to snow clearing and gritting, the tenderer must consider their own shelling, in accordance with instructions. Relevant tenderers can submit prices for one or more of the lots. From experience there are normally 15 - 25 snow clearing shells per winter season. The contract period is 3 years. There is a unilateral option for Kongsberg municipality for 2+1+1 years on extension of the contracts. I.e. a maximum of 7 years. It is a prerequisite that the tenderer familiarises himself with the routes in accordance with the attached route map, before submitting tender offers. See annex 1 for further details on the assignment. The contract is for a service contract for 20 free-standing areas. Tenders can be submitted for parts of the assignment, i.e. one or several lots. Tenderers must have the capacity to carry out the assignment for all the areas that are priced. Freestanding tenders shall be submitted for each of the sections. It will not be possible to offer a total price for several routes. Tenders that deviate     from the contracting authority ́s desired price structure will be rejected. Tender letters must therefore be supplemented for the area or areas included in the tender. Changes to routes/road lengths can occur during the contract period due to political decisions such as declassification of roads, budget and possibly adding new municipal roads. Weighting model: Each tender will be ranked under each award criteria on a points scale from 10-0. The tender that is best assessed under each criterion will be awarded 10 points, whilst the other tenders will be given a judgemental score under the same criterium that reflects the relative differences with the best tender. Attachment: · Annex 1: Assignment description, instructions for snow clearing and gritting. · Annex 2: Route map · Annex 3: Tender letter, tender form. · Annex 4: Form 1 - 6, Machines, experience, driver list, stand-by/implementation ability, hourly allowance and climate and environment. · Annex 5: Contract The tender design: Tenders shall be made in accordance with the outline given in this tender documentation. The tenderer is responsible for ensuring that all questions, requirements and clarification points are answered/highlighted and documented in the tender. Questions received during the period 4 July - 28 July will be answered after staff holidays, from 28 July. Tenders shall be drafted with this outline: ·         A tender letter signed by a responsible representative for the tenderer. ·         Name and contact information of the Tenderer's gender neutral preferred. ·         Confirmation of acceptance of terms in the tender documentation and contract. ·         Any conditions and deviations from the contract and requirement specifications. Must be specified precisely. Can lead to rejection of tender offers. ·         Responses to the qualification requirements. o 3.1 Tax and VAT conditions. § Tax certificate § VAT certificate. o 3.2 The organisational and legal standing of the tenderer § Company Registration Certificate/Company Register. ·         Response to award criteria 4.1 o 50% Price: Completed tender letter, tender form o 20% Expected quality with offered machines and crew § Form 1, assessment form for machines/equipment. § Form 2, Tenderer's experience § Form 3, Drivers list, possibly sub-suppliers. § Form 4, Stand-by, implementation ability. § Form 5, Hourly allowance and option gritting. o 30% Climate and Environment: Form 6, Self-declaration on the award criteria. The documentation that shall be submitted shall be in Norwegian.
Internal identifier : 1044

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 2+1+1 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Tax Certificate
Criterion : Other economic or financial requirements
Description : Not older than 6 months calculated from the tender deadline. (15.08.2025) Documentation requirements: VAT certificate, calculated from the tender deadline expiry. (15.08.2025)
Criterion : Enrolment in a trade register
Description : Not older than 12 months calculated from the tender deadline. (15.08.2025) Documentation requirements: Registration

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Expected quality with offered machines and crew
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Climate and environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/800
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : KONGSBERG KOMMUNE
Organisation providing more information on the review procedures : KONGSBERG KOMMUNE
Organisation receiving requests to participate : Artifik AS

8. Organisations

8.1 ORG-0001

Official name : KONGSBERG KOMMUNE
Registration number : 942402465
Postal address : Postboks 115
Town : Kongsberg
Postcode : 3602
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Trond Jarness
Telephone : +47 92849649
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826726342
Postal address : Postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 32211600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate

Notice information

Notice identifier/version : f7359261-4012-4122-949d-cbd8cfee114b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/07/2025 08:04 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00436174-2025
OJ S issue number : 126/2025
Publication date : 04/07/2025