Framework agreement for winter maintenance for areas 2-7 in Birkenes municipality.

Birkenes municipality shall enter into a framework agreement for winter maintenance of roads etc. for areas 2-7. Relevant services that shall be carried out under each framework agreement are snow clearing, planing, scraping, gritting etc. For further information on the contents of the procurement, please refer to part II annex …

CPV: 90620000 Sniega tīrīšanas pakalpojumi, 90000000 Notekūdeņu, atkritumu, tīrīšanas un vides pakalpojumi, 90600000 Tīrīšanas un sanitārie pakalpojumi lauku apvidos vai pilsētu teritorijās un saistītie pakalpojumi
Termiņš:
2025. gada 13. jūnijs, 10:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Framework agreement for winter maintenance for areas 2-7 in Birkenes municipality.
Piešķīrēja iestāde:
Birkenes kommune
Piešķīruma numurs:
N/A

1. Buyer

1.1 Buyer

Official name : Birkenes kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Framework agreement for winter maintenance for areas 2-7 in Birkenes municipality.
Description : Birkenes municipality shall enter into a framework agreement for winter maintenance of roads etc. for areas 2-7. Relevant services that shall be carried out under each framework agreement are snow clearing, planing, scraping, gritting etc. For further information on the contents of the procurement, please refer to part II annex 1, of which Annex 1a-f shows a map of each area. The framework agreements will be valid from 15 October 2025 until and including 15 April 2031, altogether approx. 5.5 years. The contracting authority finds special conditions, including major investment costs for machines and equipment, which justifies that the total contract period is set longer than the main rule of four years, cf. the procurement regulation § 26-1 (4).
Procedure identifier : 3745ad63-5486-4e26-8612-218a9ed401f8
Internal identifier : N/A
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : The framework agreements are for winter maintenance in Birkenes municipality, including a map in annex 1a-f overview of each area.

2.1.3 Value

Estimated value excluding VAT : 21 100 000 Norwegian krone
Maximum value of the framework agreement : 21 100 000 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 : 6
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 6

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 : Has the tenderer been legally convicted or has accepted a writy for the stated punishable conditions? Have the tenderer made other serious errors that can lead to doubt about the tenderer ́s professional integrity?
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-0001

Title : Framework agreement for winter maintenance for area 2 - Belland, Løland, Skreros and Engesland centre.
Description : See the overview of the route in annex 1.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : See annex 1a for an overview of the route.

5.1.3 Estimated duration

Start date : 15/10/2025
Duration end date : 15/04/2031

5.1.5 Value

Estimated value excluding VAT : 21 100 000 Norwegian krone
Maximum value of the framework agreement : 3 700 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration. See point 8.4 in part I competition rules.
Criterion : References on specified works
Description : Tenderers shall have experience from similar assignments. See point 8.5 in part I competition rules.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The completed price table in annex 2a Tender Form point 7.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Environment
Description : Response to A* requirement 4.5 in Annex 1 - the Contracting Authority's requirement specification. Tenderers ́ responses are to be done in annex 2a Tender Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Response to A* requirements 3.4 and B-requirement 4.2 in Annex 1, the Contracting Authority's requirement specifications. Tenderers ́ responses are to be done in annex 2a Tender Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 05/06/2025 10:00 +00:00

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
Deadline for receipt of tenders : 13/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 13/06/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : The contracting authority finds that there are special conditions, including major investment costs, which justify that the total contract period is set longer than the main rule of four years, cf. regulation 12 August 2016 no. 974 on public procurements (FOA) § 26-1 (4).
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett -
Organisation providing more information on the review procedures : Agder Tingrett -

5.1 Lot technical ID : LOT-0002

Title : Framework agreement for winter maintenance for area 3 - Lunden, Stoveland, Bjellan and Vestøl
Description : See the overview of the route in annex 1b.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : See the overview of the route in annex 1b.

5.1.3 Estimated duration

Start date : 15/10/2025
Duration end date : 15/04/2031

5.1.5 Value

Estimated value excluding VAT : 21 100 000 Norwegian krone
Maximum value of the framework agreement : 4 300 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration. See point 8.4 in part I competition rules.
Criterion : References on specified works
Description : Tenderers shall have experience from similar assignments. See point 8.5 in part I competition rules.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The completed price table in annex 2a Tender Form point 7.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Environment
Description : Response to A* requirement 4.5 in Annex 1 - the Contracting Authority's requirement specification. Tenderers ́ responses are to be done in annex 2a Tender Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Response to A* requirements 3.4 and B-requirement 4.2 in Annex 1, the Contracting Authority's requirement specifications. Tenderers ́ responses are to be done in annex 2a Tender Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 05/06/2025 10:00 +00:00

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
Deadline for receipt of tenders : 13/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 13/06/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : The contracting authority finds that there are special conditions, including major investment costs, which justify that the total contract period is set longer than the main rule of four years, cf. regulation 12 August 2016 no. 974 on public procurements (FOA) § 26-1 (4).
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett -
Organisation providing more information on the review procedures : Agder Tingrett -

5.1 Lot technical ID : LOT-0003

Title : Framework agreement for winter maintenance for area 4 - Herefoss, Topland, Engebu and Stie.
Description : See the overview of the route in annex 1c.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : See the overview of the route in annex 1c.

5.1.3 Estimated duration

Start date : 15/10/2025
Duration end date : 15/04/2031

5.1.5 Value

Estimated value excluding VAT : 21 100 000 Norwegian krone
Maximum value of the framework agreement : 2 400 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration. See point 8.4 in part I competition rules.
Criterion : References on specified works
Description : Tenderers shall have experience from similar assignments. See point 8.5 in part I competition rules.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The completed price table in annex 2a Tender Form point 7.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Environment
Description : Response to A* requirement 4.5 in Annex 1 - the Contracting Authority's requirement specification. Tenderers ́ responses are to be done in annex 2a Tender Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Response to A* requirements 3.4 and B-requirement 4.2 in Annex 1, the Contracting Authority's requirement specifications. Tenderers ́ responses are to be done in annex 2a Tender Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 05/06/2025 10:00 +00:00

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
Deadline for receipt of tenders : 13/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 13/06/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : The contracting authority finds that there are special conditions, including major investment costs, which justify that the total contract period is set longer than the main rule of four years, cf. regulation 12 August 2016 no. 974 on public procurements (FOA) § 26-1 (4).
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett -
Organisation providing more information on the review procedures : Agder Tingrett -

5.1 Lot technical ID : LOT-0004

Title : Framework agreement for winter maintenance for area 5 - Dovland, Katerås, Gjerustad and Haukom.
Description : See the overview of the route in annex 1d.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : See the overview of the route in annex 1d.

5.1.3 Estimated duration

Start date : 15/10/2025
Duration end date : 15/04/2031

5.1.5 Value

Estimated value excluding VAT : 21 100 000 Norwegian krone
Maximum value of the framework agreement : 3 700 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration. See point 8.4 in part I competition rules.
Criterion : References on specified works
Description : Tenderers shall have experience from similar assignments. See point 8.5 in part I competition rules.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The completed price table in annex 2a Tender Form point 7.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Environment
Description : Response to A* requirement 4.5 in Annex 1 - the Contracting Authority's requirement specification. Tenderers ́ responses are to be done in annex 2a Tender Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Response to A* requirements 3.4 and B-requirement 4.2 in Annex 1, the Contracting Authority's requirement specifications. Tenderers ́ responses are to be done in annex 2a Tender Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 05/06/2025 10:00 +00:00

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
Deadline for receipt of tenders : 13/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 13/06/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : The contracting authority finds that there are special conditions, including major investment costs, which justify that the total contract period is set longer than the main rule of four years, cf. regulation 12 August 2016 no. 974 on public procurements (FOA) § 26-1 (4).
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett -
Organisation providing more information on the review procedures : Agder Tingrett -

5.1 Lot technical ID : LOT-0005

Title : Framework agreement for winter maintenance for area 6 - Flatland, Vegusdal Chapel and Uldal/Skripeland
Description : See the overview of the route in annex 1e.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : See the overview of the route in annex 1e.

5.1.3 Estimated duration

Start date : 15/10/2025
Duration end date : 15/04/2031

5.1.5 Value

Estimated value excluding VAT : 21 100 000 Norwegian krone
Maximum value of the framework agreement : 3 700 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration. See point 8.4 in part I competition rules.
Criterion : References on specified works
Description : Tenderers shall have experience from similar assignments. See point 8.5 in part I competition rules.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The completed price table in annex 2a Tender Form point 7.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Environment
Description : Response to A* requirement 4.5 in Annex 1 - the Contracting Authority's requirement specification. Tenderers ́ responses are to be done in annex 2a Tender Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Response to A* requirements 3.4 and B-requirement 4.2 in Annex 1, the Contracting Authority's requirement specifications. Tenderers ́ responses are to be done in annex 2a Tender Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 05/06/2025 10:00 +00:00

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
Deadline for receipt of tenders : 13/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 13/06/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : The contracting authority finds that there are special conditions, including major investment costs, which justify that the total contract period is set longer than the main rule of four years, cf. regulation 12 August 2016 no. 974 on public procurements (FOA) § 26-1 (4).
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett -
Organisation providing more information on the review procedures : Agder Tingrett -

5.1 Lot technical ID : LOT-0006

Title : Framework agreement for winter maintenance for area 7 - Kleppheia and Vassbotn.
Description : See the overview of the route in annex 1f.
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : See the overview of the route in annex 1f.

5.1.3 Estimated duration

Start date : 15/10/2025
Duration end date : 15/04/2031

5.1.5 Value

Estimated value excluding VAT : 21 100 000 Norwegian krone
Maximum value of the framework agreement : 3 300 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration. See point 8.4 in part I competition rules.
Criterion : References on specified works
Description : Tenderers shall have experience from similar assignments. See point 8.5 in part I competition rules.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The completed price table in annex 2a Tender Form point 7.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Environment
Description : Response to A* requirement 4.5 in Annex 1 - the Contracting Authority's requirement specification. Tenderers ́ responses are to be done in annex 2a Tender Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Response to A* requirements 3.4 and B-requirement 4.2 in Annex 1, the Contracting Authority's requirement specifications. Tenderers ́ responses are to be done in annex 2a Tender Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 05/06/2025 10:00 +00:00

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
Deadline for receipt of tenders : 13/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 13/06/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : The contracting authority finds that there are special conditions, including major investment costs, which justify that the total contract period is set longer than the main rule of four years, cf. regulation 12 August 2016 no. 974 on public procurements (FOA) § 26-1 (4).
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett -
Organisation providing more information on the review procedures : Agder Tingrett -

8. Organisations

8.1 ORG-0001

Official name : Birkenes kommune
Registration number : 964965870
Postal address : Postboks 115
Town : Birkeland
Postcode : 4795
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Frida Lunde Uberg.
Telephone : +47 95493549
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder Tingrett
Registration number : 926723480
Town : Kristiansand
Postcode : 4614
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 38176300
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 292241b1-02be-4171-8030-cbced8cdf3d9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/05/2025 07:31 +00:00
Notice dispatch date (eSender) : 12/05/2025 08:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00306953-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025