Vetrarþjónusta fyrir Borgarbyggð

Consensa ID 690607-1310, a procurement service provider, invites candidates to submit tenders for winter services in Borgarbyggd municipality on behalf of Borgarbyggd municipality ID: 510694-2289, Digranesgata 2, 310 Borgarnes, Iceland. The scope includes snow removal on rural roads and driveways under the municipality’s supervision, as well as parking areas and …

CPV: 90620000 Sneeuwruimingsdiensten
Deadline:
27 juni 2025 12:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
Vetrarþjónusta fyrir Borgarbyggð
Toekennende instantie:
Consensa
Gunningsnummer:
20258

1. Buyer

1.1 Buyer

Official name : Consensa
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Borgarbyggd municipality
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Vetrarþjónusta fyrir Borgarbyggð
Description : Consensa ID 690607-1310, a procurement service provider, invites candidates to submit tenders for winter services in Borgarbyggd municipality on behalf of Borgarbyggd municipality ID: 510694-2289, Digranesgata 2, 310 Borgarnes, Iceland. The scope includes snow removal on rural roads and driveways under the municipality’s supervision, as well as parking areas and yards by municipal institutions, and snow removal in accordance with the terms of the tender specifications.
Procedure identifier : e1d4cd03-520f-43dc-bd27-fd5715ddb38c
Internal identifier : 20258
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

2.1.2 Place of performance

Country subdivision (NUTS) : Landsbyggð ( IS002 )
Country : Iceland

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator. "
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competition : Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Breaching of obligations in the fields of environmental law : Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Early termination, damages or other comparable sanctions : Has the economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract?
Breaching of obligations in the fields of social law : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Upplýsingar um tilboð og bjóðanda
Description : This section is not a lot.
Internal identifier : 1640155

5.1.1 Purpose

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

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Start date : 15/07/2025
Duration end date : 15/04/2029

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Renewal lenght is 12 months

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

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : Bjóðandi er skráður í viðeigandi firmaskrá í aðildarríkinu þar sem hann hefur staðfestu eins og lýst er í XI. viðauka við tilskipun 2014/24/ESB; rekstraraðilar frá tilteknum aðildarríkjum gætu þurft að uppfylla aðrar kröfur sem settar eru fram í þeim viðauka.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 00:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59699

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Deadline for receipt of tenders : 27/06/2025 12:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 27/06/2025 12:05 +00:00
Place : Reykjavik
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 : Kærunefnd útboðsmála -

5.1 Lot technical ID : LOT-0002

Title : Samningshluti 1
Description : Lot number 1.
Internal identifier : 1640153

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) : Landsbyggð ( IS002 )
Country : Iceland
Additional information :

5.1.3 Estimated duration

Start date : 15/07/2025
Duration end date : 15/04/2029

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Renewal lenght is 12 months

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

Criterion :
Type : Economic and financial standing
Name : The financial standing of tenderers must be sufficiently secure to ensure that they can meet their obligations towards the municipality.
Description : Tenderers shall demonstrate their economic and financial standing by providing evidence in one of the following ways: 1 - By submitting a copy of a credit rating report issued by Creditinfo, showing that the tenderer is rated at a minimum of credit class 4 (Relatively low risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 2 - By submitting a copy of a credit rating report issued by an international credit rating agency, showing that the tenderer is rated at a minimum of credit class B (Low Risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 3 - By submitting a signed declaration from a financial institution (bank / insurance company) confirming that the institution will, without any conditions or reservations, issue a performance guarantee / bank guarantee in accordance with the terms of the tender* in the amount of ISK 500,000, in the event that the tenderer’s offer is accepted. * The terms and conditions for the performance guarantee / bank guarantee can be found in the service terms of the tender specifications. The contracting authority reserves the right to waive the above financial standing requirement if it becomes apparent during the evaluation of tenders that no tenderer meets the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : Bjóðandi er skráður í viðeigandi firmaskrá í aðildarríkinu þar sem hann hefur staðfestu eins og lýst er í XI. viðauka við tilskipun 2014/24/ESB; rekstraraðilar frá tilteknum aðildarríkjum gætu þurft að uppfylla aðrar kröfur sem settar eru fram í þeim viðauka.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The technical and professional ability of tenderers must be sufficiently reliable to ensure that they can fulfil their obligations towards the contracting authority
Description : The following requirements apply to snow removal equipment used by service providers in the provision of winter services in accordance with these terms: 1 The snow removal vehicle must be a tractor, wheel loader, or truck. 2 The snow removal vehicle must comply with the European Emission Standard VI (Euro VI). 3 The snow removal vehicle must be equipped with a multi-plow or snow blower with a minimum width of 3.3 m and must be flexible. The plow/blower must be designed for snow removal on roads. Tenderers shall also provide information on the registration number of the snow removal vehicle.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 00:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59699

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Deadline for receipt of tenders : 27/06/2025 12:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 27/06/2025 12:05 +00:00
Place : Reykjavik
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 : Kærunefnd útboðsmála -

5.1 Lot technical ID : LOT-0003

Title : Samningshluti 2
Description : Lot number 2.
Internal identifier : 1640152

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) : Landsbyggð ( IS002 )
Country : Iceland
Additional information :

5.1.3 Estimated duration

Start date : 15/07/2025
Duration end date : 15/04/2029

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Renewal lenght is 12 months

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

Criterion :
Type : Economic and financial standing
Name : The financial standing of tenderers must be sufficiently secure to ensure that they can meet their obligations towards the municipality
Description : Tenderers shall demonstrate their economic and financial standing by providing evidence in one of the following ways: 1 - By submitting a copy of a credit rating report issued by Creditinfo, showing that the tenderer is rated at a minimum of credit class 4 (Relatively low risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 2 - By submitting a copy of a credit rating report issued by an international credit rating agency, showing that the tenderer is rated at a minimum of credit class B (Low Risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 3 - By submitting a signed declaration from a financial institution (bank / insurance company) confirming that the institution will, without any conditions or reservations, issue a performance guarantee / bank guarantee in accordance with the terms of the tender* in the amount of ISK 500,000, in the event that the tenderer’s offer is accepted. * The terms and conditions for the performance guarantee / bank guarantee can be found in the service terms of the tender specifications. The contracting authority reserves the right to waive the above financial standing requirement if it becomes apparent during the evaluation of tenders that no tenderer meets the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : Bjóðandi er skráður í viðeigandi firmaskrá í aðildarríkinu þar sem hann hefur staðfestu eins og lýst er í XI. viðauka við tilskipun 2014/24/ESB; rekstraraðilar frá tilteknum aðildarríkjum gætu þurft að uppfylla aðrar kröfur sem settar eru fram í þeim viðauka.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The technical and professional ability of tenderers must be sufficiently reliable to ensure that they can fulfil their obligations towards the contracting authority
Description : The following requirements apply to snow removal equipment used by service providers in the provision of winter services in accordance with these terms: 1 The snow removal vehicle must be a tractor, wheel loader, or truck. 2 The snow removal vehicle must comply with the European Emission Standard VI (Euro VI). 3 The snow removal vehicle must be equipped with a multi-plow or snow blower with a minimum width of 3.3 m and must be flexible. The plow/blower must be designed for snow removal on roads. Tenderers shall also provide information on the registration number of the snow removal vehicle.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 00:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59699

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Deadline for receipt of tenders : 27/06/2025 12:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 27/06/2025 12:05 +00:00
Place : Reykjavik
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 : Kærunefnd útboðsmála -

5.1 Lot technical ID : LOT-0004

Title : Samningshluti 3
Description : Lot number 3.
Internal identifier : 1640154

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) : Landsbyggð ( IS002 )
Country : Iceland
Additional information :

5.1.3 Estimated duration

Start date : 15/07/2025
Duration end date : 15/04/2029

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Renewal lenght is 12 months

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

Criterion :
Type : Economic and financial standing
Name : The financial standing of tenderers must be sufficiently secure to ensure that they can meet their obligations towards the municipality
Description : Tenderers shall demonstrate their economic and financial standing by providing evidence in one of the following ways: 1 - By submitting a copy of a credit rating report issued by Creditinfo, showing that the tenderer is rated at a minimum of credit class 4 (Relatively low risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 2 - By submitting a copy of a credit rating report issued by an international credit rating agency, showing that the tenderer is rated at a minimum of credit class B (Low Risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 3 - By submitting a signed declaration from a financial institution (bank / insurance company) confirming that the institution will, without any conditions or reservations, issue a performance guarantee / bank guarantee in accordance with the terms of the tender* in the amount of ISK 500,000, in the event that the tenderer’s offer is accepted. * The terms and conditions for the performance guarantee / bank guarantee can be found in the service terms of the tender specifications. The contracting authority reserves the right to waive the above financial standing requirement if it becomes apparent during the evaluation of tenders that no tenderer meets the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : Bjóðandi er skráður í viðeigandi firmaskrá í aðildarríkinu þar sem hann hefur staðfestu eins og lýst er í XI. viðauka við tilskipun 2014/24/ESB; rekstraraðilar frá tilteknum aðildarríkjum gætu þurft að uppfylla aðrar kröfur sem settar eru fram í þeim viðauka.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The technical and professional ability of tenderers must be sufficiently reliable to ensure that they can fulfil their obligations towards the contracting authority
Description : The following requirements apply to snow removal equipment used by service providers in the provision of winter services in accordance with these terms: 1 The snow removal vehicle must be a tractor, wheel loader, or truck. 2 The snow removal vehicle must comply with the European Emission Standard VI (Euro VI). 3 The snow removal vehicle must be equipped with a multi-plow or snow blower with a minimum width of 3.3 m and must be flexible. The plow/blower must be designed for snow removal on roads. Tenderers shall also provide information on the registration number of the snow removal vehicle.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 00:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59699

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Deadline for receipt of tenders : 27/06/2025 12:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 27/06/2025 12:05 +00:00
Place : Reykjavik
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 : Kærunefnd útboðsmála -

5.1 Lot technical ID : LOT-0005

Title : Samningshluti 4
Description : Lot number 4.
Internal identifier : 1734158

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) : Landsbyggð ( IS002 )
Country : Iceland
Additional information :

5.1.3 Estimated duration

Start date : 15/07/2025
Duration end date : 15/04/2029

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Renewal lenght is 12 months

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

Criterion :
Type : Economic and financial standing
Name : The financial standing of tenderers must be sufficiently secure to ensure that they can meet their obligations towards the municipality
Description : Tenderers shall demonstrate their economic and financial standing by providing evidence in one of the following ways: 1 - By submitting a copy of a credit rating report issued by Creditinfo, showing that the tenderer is rated at a minimum of credit class 4 (Relatively low risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 2 - By submitting a copy of a credit rating report issued by an international credit rating agency, showing that the tenderer is rated at a minimum of credit class B (Low Risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 3 - By submitting a signed declaration from a financial institution (bank / insurance company) confirming that the institution will, without any conditions or reservations, issue a performance guarantee / bank guarantee in accordance with the terms of the tender* in the amount of ISK 500,000, in the event that the tenderer’s offer is accepted. * The terms and conditions for the performance guarantee / bank guarantee can be found in the service terms of the tender specifications. The contracting authority reserves the right to waive the above financial standing requirement if it becomes apparent during the evaluation of tenders that no tenderer meets the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : Bjóðandi er skráður í viðeigandi firmaskrá í aðildarríkinu þar sem hann hefur staðfestu eins og lýst er í XI. viðauka við tilskipun 2014/24/ESB; rekstraraðilar frá tilteknum aðildarríkjum gætu þurft að uppfylla aðrar kröfur sem settar eru fram í þeim viðauka.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The technical and professional ability of tenderers must be sufficiently reliable to ensure that they can fulfil their obligations towards the contracting authority
Description : The following requirements apply to snow removal equipment used by service providers in the provision of winter services in accordance with these terms: 1 The snow removal vehicle must be a tractor, wheel loader, or truck. 2 The snow removal vehicle must comply with the European Emission Standard VI (Euro VI). 3 The snow removal vehicle must be equipped with a multi-plow or snow blower with a minimum width of 3.3 m and must be flexible. The plow/blower must be designed for snow removal on roads. Tenderers shall also provide information on the registration number of the snow removal vehicle.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 00:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59699

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Deadline for receipt of tenders : 27/06/2025 12:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 27/06/2025 12:05 +00:00
Place : Reykjavik
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 : Kærunefnd útboðsmála -

5.1 Lot technical ID : LOT-0006

Title : Samningshluti 5
Description : Lot number 5.
Internal identifier : 1734161

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) : Landsbyggð ( IS002 )
Country : Iceland
Additional information :

5.1.3 Estimated duration

Start date : 15/07/2025
Duration end date : 15/04/2029

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Renewal lenght is 12 months

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

Criterion :
Type : Economic and financial standing
Name : The financial standing of tenderers must be sufficiently secure to ensure that they can meet their obligations towards the municipality
Description : Tenderers shall demonstrate their economic and financial standing by providing evidence in one of the following ways: 1 - By submitting a copy of a credit rating report issued by Creditinfo, showing that the tenderer is rated at a minimum of credit class 4 (Relatively low risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 2 - By submitting a copy of a credit rating report issued by an international credit rating agency, showing that the tenderer is rated at a minimum of credit class B (Low Risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 3 - By submitting a signed declaration from a financial institution (bank / insurance company) confirming that the institution will, without any conditions or reservations, issue a performance guarantee / bank guarantee in accordance with the terms of the tender* in the amount of ISK 500,000, in the event that the tenderer’s offer is accepted. * The terms and conditions for the performance guarantee / bank guarantee can be found in the service terms of the tender specifications. The contracting authority reserves the right to waive the above financial standing requirement if it becomes apparent during the evaluation of tenders that no tenderer meets the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : Bjóðandi er skráður í viðeigandi firmaskrá í aðildarríkinu þar sem hann hefur staðfestu eins og lýst er í XI. viðauka við tilskipun 2014/24/ESB; rekstraraðilar frá tilteknum aðildarríkjum gætu þurft að uppfylla aðrar kröfur sem settar eru fram í þeim viðauka.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The technical and professional ability of tenderers must be sufficiently reliable to ensure that they can fulfil their obligations towards the contracting authority
Description : The following requirements apply to snow removal equipment used by service providers in the provision of winter services in accordance with these terms: 1 The snow removal vehicle must be a tractor, wheel loader, or truck. 2 The snow removal vehicle must comply with the European Emission Standard VI (Euro VI). 3 The snow removal vehicle must be equipped with a multi-plow or snow blower with a minimum width of 3.3 m and must be flexible. The plow/blower must be designed for snow removal on roads. Tenderers shall also provide information on the registration number of the snow removal vehicle.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 00:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59699

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Deadline for receipt of tenders : 27/06/2025 12:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 27/06/2025 12:05 +00:00
Place : Reykjavik
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 : Kærunefnd útboðsmála -

5.1 Lot technical ID : LOT-0007

Title : Samningshluti 6
Description : Lot number 6.
Internal identifier : 1734163

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) : Landsbyggð ( IS002 )
Country : Iceland
Additional information :

5.1.3 Estimated duration

Start date : 15/07/2025
Duration end date : 15/04/2029

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Renewal lenght is 12 months

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

Criterion :
Type : Economic and financial standing
Name : The financial standing of tenderers must be sufficiently secure to ensure that they can meet their obligations towards the municipality
Description : Tenderers shall demonstrate their economic and financial standing by providing evidence in one of the following ways: 1 - By submitting a copy of a credit rating report issued by Creditinfo, showing that the tenderer is rated at a minimum of credit class 4 (Relatively low risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 2 - By submitting a copy of a credit rating report issued by an international credit rating agency, showing that the tenderer is rated at a minimum of credit class B (Low Risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 3 - By submitting a signed declaration from a financial institution (bank / insurance company) confirming that the institution will, without any conditions or reservations, issue a performance guarantee / bank guarantee in accordance with the terms of the tender* in the amount of ISK 500,000, in the event that the tenderer’s offer is accepted. * The terms and conditions for the performance guarantee / bank guarantee can be found in the service terms of the tender specifications. The contracting authority reserves the right to waive the above financial standing requirement if it becomes apparent during the evaluation of tenders that no tenderer meets the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : Bjóðandi er skráður í viðeigandi firmaskrá í aðildarríkinu þar sem hann hefur staðfestu eins og lýst er í XI. viðauka við tilskipun 2014/24/ESB; rekstraraðilar frá tilteknum aðildarríkjum gætu þurft að uppfylla aðrar kröfur sem settar eru fram í þeim viðauka.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The technical and professional ability of tenderers must be sufficiently reliable to ensure that they can fulfil their obligations towards the contracting authority
Description : The following requirements apply to snow removal equipment used by service providers in the provision of winter services in accordance with these terms: 1 The snow removal vehicle must be a tractor, wheel loader, or truck. 2 The snow removal vehicle must comply with the European Emission Standard VI (Euro VI). 3 The snow removal vehicle must be equipped with a multi-plow or snow blower with a minimum width of 3.3 m and must be flexible. The plow/blower must be designed for snow removal on roads. Tenderers shall also provide information on the registration number of the snow removal vehicle.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 00:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59699

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Deadline for receipt of tenders : 27/06/2025 12:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 27/06/2025 12:05 +00:00
Place : Reykjavik
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 : Kærunefnd útboðsmála -

5.1 Lot technical ID : LOT-0008

Title : Samningshluti 7
Description : Lot number 7.
Internal identifier : 1734165

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) : Landsbyggð ( IS002 )
Country : Iceland
Additional information :

5.1.3 Estimated duration

Start date : 15/07/2025
Duration end date : 15/04/2029

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Renewal lenght is 12 months

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

Criterion :
Type : Economic and financial standing
Name : The financial standing of tenderers must be sufficiently secure to ensure that they can meet their obligations towards the municipality
Description : Tenderers shall demonstrate their economic and financial standing by providing evidence in one of the following ways: 1 - By submitting a copy of a credit rating report issued by Creditinfo, showing that the tenderer is rated at a minimum of credit class 4 (Relatively low risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 2 - By submitting a copy of a credit rating report issued by an international credit rating agency, showing that the tenderer is rated at a minimum of credit class B (Low Risk). The credit rating must have been issued within the 60 calendar days prior to the tender opening. 3 - By submitting a signed declaration from a financial institution (bank / insurance company) confirming that the institution will, without any conditions or reservations, issue a performance guarantee / bank guarantee in accordance with the terms of the tender* in the amount of ISK 500,000, in the event that the tenderer’s offer is accepted. * The terms and conditions for the performance guarantee / bank guarantee can be found in the service terms of the tender specifications. The contracting authority reserves the right to waive the above financial standing requirement if it becomes apparent during the evaluation of tenders that no tenderer meets the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : Bjóðandi er skráður í viðeigandi firmaskrá í aðildarríkinu þar sem hann hefur staðfestu eins og lýst er í XI. viðauka við tilskipun 2014/24/ESB; rekstraraðilar frá tilteknum aðildarríkjum gætu þurft að uppfylla aðrar kröfur sem settar eru fram í þeim viðauka.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The technical and professional ability of tenderers must be sufficiently reliable to ensure that they can fulfil their obligations towards the contracting authority
Description : The following requirements apply to snow removal equipment used by service providers in the provision of winter services in accordance with these terms: 1 The snow removal vehicle must be a tractor, wheel loader, or truck. 2 The snow removal vehicle must comply with the European Emission Standard VI (Euro VI). 3 The snow removal vehicle must be equipped with a multi-plow or snow blower with a minimum width of 3.3 m and must be flexible. The plow/blower must be designed for snow removal on roads. Tenderers shall also provide information on the registration number of the snow removal vehicle.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 17/06/2025 00:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59699

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Deadline for receipt of tenders : 27/06/2025 12:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 27/06/2025 12:05 +00:00
Place : Reykjavik
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 : Kærunefnd útboðsmála -

8. Organisations

8.1 ORG-0001

Official name : Consensa
Registration number : 6906071310
Department : Consensa
Postal address : Kalkofnsvegi 2
Town : Reykjavík
Postcode : 101
Country subdivision (NUTS) : Höfuðborgarsvæði ( IS001 )
Country : Iceland
Contact point : Birgir Örn Birgisson
Telephone : +3546505040
Internet address : http://www.consensa.is
Roles of this organisation :
Buyer
Group leader
Central purchasing body acquiring supplies and/or services intended for other buyers
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers

8.1 ORG-0002

Official name : Kærunefnd útboðsmála
Registration number : 540269-6459
Postal address : Borgartúni 21
Town : Reykjavik
Postcode : 105
Country subdivision (NUTS) : Höfuðborgarsvæði ( IS001 )
Country : Iceland
Telephone : +3545758700
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Borgarbyggd municipality
Registration number : 510694-2289
Town : Borgarnes
Postcode : 310
Country subdivision (NUTS) : Landsbyggð ( IS002 )
Country : Iceland
Telephone : +3544337100
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

10. Change

Version of the previous notice to be changed : c7b03206-be21-4417-ac6e-92889f047414-01
Main reason for change : Information updated

10.1 Change

Section identifier : LOT-0001

10.1 Change

Section identifier : LOT-0002

10.1 Change

Section identifier : LOT-0003

10.1 Change

Section identifier : LOT-0004

10.1 Change

Section identifier : LOT-0005

10.1 Change

Section identifier : LOT-0006

10.1 Change

Section identifier : LOT-0007

10.1 Change

Section identifier : LOT-0008
Notice information
Notice identifier/version : 4720676f-c67a-4df6-9a71-fee238841d01 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/05/2025 10:30 +00:00
Notice dispatch date (eSender) : 28/05/2025 10:31 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00347401-2025
OJ S issue number : 103/2025
Publication date : 30/05/2025