Asphalt and asphalt related services - Dynamic Purchasing System

The Joint Procurement Office, hereafter called the contracting authority, shall, on behalf of Vestby, Frogn, Ås and Nesodden municipalities, set up a dynamic procurement scheme for asphalt and asphalt related services. Further details will be given in point 1.3 in the tender documentation. The Joint Procurement Office, hereafter called the …

CPV: 44113600 Přírodní asfalt a přírodní asfaltové směsi, 44113700 Materiály pro opravy silnic, 44113800 Materiály pro povrchovou úpravu silnic, 44113900 Materiály pro údržbu silnic, 45233000 Výstavba, zakládání a povrchové práce pro komunikace, 45233120 Výstavba silnic
Místo provedení:
Asphalt and asphalt related services - Dynamic Purchasing System
Misto zadání:
VESTBY KOMMUNE
Číslo zakázky:
25/01904

1. Buyer

1.1 Buyer

Official name : VESTBY KOMMUNE
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Ås kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nesodden kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Frogn 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 : Asphalt and asphalt related services - Dynamic Purchasing System
Description : The Joint Procurement Office, hereafter called the contracting authority, shall, on behalf of Vestby, Frogn, Ås and Nesodden municipalities, set up a dynamic procurement scheme for asphalt and asphalt related services. Further details will be given in point 1.3 in the tender documentation.
Procedure identifier : d2a2bec1-dd3e-41ec-9cfb-897d5279cfdf
Internal identifier : 25/01904
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : The contracting authority sees a great need for asphalt and asphalt related services and would like contracts to cover different needs during the contract period. In order to meet the future needs in a satisfactory manner, the contracting authority shall enter into a dynamic procurement scheme for safeguarding a competition for call-offs of many sizes, both in value, scope and time.  Regarding qualification requests delivered in July, the tenderer will receive continuous replies after week 32 due to staff holidays.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 44113600 Bitumen and asphalt
Additional classification ( cpv ): 44113700 Road-repair materials
Additional classification ( cpv ): 44113800 Road-surfacing materials
Additional classification ( cpv ): 44113900 Road-maintenance materials
Additional classification ( cpv ): 45233120 Road construction works

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 48 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The dynamic purchasing system will be established in accordance with the Public Procurement Regulations, §26-4, §26-5, §26-6 and §26-7

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
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.
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).
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.
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.
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.
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?
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.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
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 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. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Asphalt and asphalt related services - Dynamic Purchasing System
Description : The Joint Procurement Office, hereafter called the contracting authority, shall, on behalf of Vestby, Frogn, Ås and Nesodden municipalities, set up a dynamic procurement scheme for asphalt and asphalt related services. Further details will be given in point 1.3 in the tender documentation.
Internal identifier : 25/01904

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 44113600 Bitumen and asphalt
Additional classification ( cpv ): 44113700 Road-repair materials
Additional classification ( cpv ): 44113800 Road-surfacing materials
Additional classification ( cpv ): 44113900 Road-maintenance materials
Additional classification ( cpv ): 45233120 Road construction works

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 17/08/2025
Duration end date : 17/08/2033

5.1.5 Value

Estimated value excluding VAT : 48 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 1
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 2
Maximum number of candidates to be invited for the second stage of the procedure : 100
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/261108700.aspx
Ad hoc communication channel :
Name : Kommunikasjon skal foregå i Mercell

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 16/08/2033 22:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice
Electronic auction : yes

5.1.16 Further information, mediation and review

Review organisation : Follo og Nordre Østfold tingrett
Information about review deadlines : Appeals will be addressed in accordance with the Public Procurement Regulations.
Organisation receiving requests to participate : VESTBY KOMMUNE

8. Organisations

8.1 ORG-0001

Official name : VESTBY KOMMUNE
Registration number : 943485437
Postal address : Rådhusgata 1
Town : VESTBY
Postcode : 1540
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Christopher Malinowski
Telephone : 64 98 01 00
Roles of this organisation :
Buyer
Group leader
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Ås kommune
Registration number : 964948798
Postal address : Postboks 195
Town : Ås
Postcode : 1431
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 64 96 20 00
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Nesodden kommune
Registration number : 944 383 565
Postal address : Postboks 123
Town : Nesoddtangen
Postcode : 1451
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 66964300
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Frogn kommune
Registration number : 963999089
Postal address : Postboks 10
Town : Drøbak
Postcode : 1441
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 64906000
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Follo og Nordre Østfold tingrett
Registration number : 926725920
Postal address : Postboks 64
Town : Ski
Postcode : 1401
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 64003000
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : db13fa64-4d85-4bc4-9ae8-2ccd3d493e39 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/07/2025 11:53 +00:00
Notice dispatch date (eSender) : 07/07/2025 13:22 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00444681-2025
OJ S issue number : 129/2025
Publication date : 09/07/2025