R01833 - Winter maintenance northern region - Skjold garrison

The contract mainly comprises snow clearing, gritting, responsibility for snow ploughing, sweeping and costing. Further details on the assignment are in the tender documentation part III. The contract mainly comprises snow clearing, gritting, responsibility for snow ploughing, sweeping and costing. Further details on the assignment are in the tender documentation …

CPV: 90620000 Snow-clearing services
Deadline:
Aug. 14, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
R01833 - Winter maintenance northern region - Skjold garrison
Awarding body:
Forsvarsbygg
Award number:
2025/3110

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : R01833 - Winter maintenance northern region - Skjold garrison
Description : The contract mainly comprises snow clearing, gritting, responsibility for snow ploughing, sweeping and costing. Further details on the assignment are in the tender documentation part III.
Procedure identifier : 5fa0a3ff-f80d-4546-b3b5-99959ec1c931
Internal identifier : 2025/3110
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The contract mainly comprises snow clearing, gritting, responsibility for snow ploughing, sweeping and costing. Further details on the assignment are in the tender documentation part III.

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) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The Public Procurement Regulations § 13-1 (1).

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : R01833 - Winter maintenance northern region - Skjold garrison
Description : The contract mainly comprises snow clearing, gritting, responsibility for snow ploughing, sweeping and costing. Further details on the assignment are in the tender documentation part III.
Internal identifier : 2025/3110

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) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/08/2025
Duration end date : 31/08/2030

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) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The tenderer shall be a legally registered company. Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below.
Criterion : Other economic or financial requirements
Description : The tenderer shall have the tax and duty payments in order. 'Tax and VAT certificate' (RF-1316). The certificate can be ordered via www.altinn.no . The certificate shall not be older than 6 months from the tender deadline. (only for Norwegian tenderers)
Criterion : Other economic or financial requirements
Description : Tenderers shall have good solidity and otherwise satisfactory financial capacity to fulfil the contract. Minimum requirement for credit rate A or equivalent. Credit assessment of the tenderer, not older than six months calculated from the deadline for receipt of tenders. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. The credit rating shall include an assessment of the tenderer's payment history/reliability. NB! If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted for that company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract.
Criterion : Other economic or financial requirements
Description : The tenderer must have the necessary financial capacity to carry out the contract. Accounting figures from the last available annual accounts showing the tenderer's turnover. The documentation requirement is not necessary if the accounts key figures are in the credit rating, cf. the above.
Criterion : References on specified services
Description : The tenderer (as a company) shall be professionally suited and have good experience with the execution of work included in this contract. List of 3 relevant assignments carried out during the last five years, providing a brief description of the assignments and their sizes. If necessary, the tenderer can submit documentation from sub-suppliers so that they jointly fulfil the requirement.
Criterion : Measures for ensuring quality
Description : Tenderers must have sufficient capacity to fulfil the contract. A description of the tenderer ́s available personnel and equipment/machines etc. connected to the assignment. Document 08 Overview of available personnel and equipment is to be completed.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 06/08/2025 12:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260744373.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 14/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 14/08/2025 10:00 +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 :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Information about review deadlines : The waiting period is 10 days, cf. the procurement regulations § 25-2.
Organisation providing more information on the review procedures : Oslo Tingrett

8. Organisations

8.1 ORG-0001

Official name : Forsvarsbygg
Registration number : 975950662
Postal address : Grev Wedels plass 5
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Jørgen Larsgaard
Telephone : 91593911
Internet address : http://www.forsvarsbygg.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : d998c15e-206e-4eea-bb01-d41c8b47d5a9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/06/2025 11:07 +00:00
Notice dispatch date (eSender) : 30/06/2025 12:16 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00424231-2025
OJ S issue number : 123/2025
Publication date : 01/07/2025