Procurement of a tool carrier/multi machine for Nordre Follo municipality.

Nordre Follo municipality shall procure an electrical multi machine/tool carrier. Nordre Follo municipality shall procure an electrical multi machine/tool carrier.

CPV: 16700000 Tractores, 16720000 Tractores usados, 34144710 Carregadores sobre rodas
Prazo:
9 de Setembro de 2025 às 10:00
Tipo de prazo:
Submissão da oferta
Local de execução:
Procurement of a tool carrier/multi machine for Nordre Follo municipality.
Local de premiação:
NORDRE FOLLO KOMMUNE
Número do prémio:
25/47265

1. Buyer

1.1 Buyer

Official name : NORDRE FOLLO KOMMUNE
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of a tool carrier/multi machine for Nordre Follo municipality.
Description : Nordre Follo municipality shall procure an electrical multi machine/tool carrier.
Procedure identifier : 27071f48-c8bd-4398-91ea-d8abf7c7a20e
Internal identifier : 25/47265
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The multi machine/tool carrier shall be used for daily operation by the contracting authority ́s own employees for year round operation of the ski centre.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 16700000 Tractors
Additional classification ( cpv ): 16720000 Used tractors
Additional classification ( cpv ): 34144710 Wheeled loaders

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - part 3

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of a tool carrier/multi machine for Nordre Follo municipality.
Description : Nordre Follo municipality shall procure an electrical multi machine/tool carrier.
Internal identifier : 25/47265

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 16700000 Tractors
Additional classification ( cpv ): 16720000 Used tractors
Additional classification ( cpv ): 34144710 Wheeled loaders

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 04/01/2026
Duration end date : 02/03/2026

5.1.6 General information

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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements The tenderer shall be a legally established company. Documentation: Norwegian companies shall submit a company registration certificate from the Brønnøysund Register Centre. Foreign companies shall submit proof that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Tenderers are required to have a bankruptcy rating equivalent to B (moderate bankruptcy risk) from Proff Forvalt (Proff AS) or better. Documentation requirement: The contracting authority will use Proff Forvalt (Proff AS) to assess fulfilment of the requirement. Therefore it is not necessary for tenderers to send this documentation. The tenderer is expected to have known registered information about the company in Proff AS. If a tenderer chooses to use a parent company to fulfil the requirement, a parent company guarantee must be enclosed. The contracting authority will then use Proff Forvalt to assess the parent company's bankruptcy rating. If the tenderer (e.g. newly established companies) is not subject to bankruptcy proceedings in Proff Forvalt, the tenderer is asked to enclose other appropriate documentation. This can e.g. be the company's annual accounts or extracts thereof, bank declarations or liability insurance certificates, ref. the Public Procurement Regulations §16-4. If one company will use the capacity of other companies to fulfil the requirements for economic and financial capacity, the contracting authority requires that they are joint and severally responsible for the execution of the contract.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have experience from comparable contracts. Comparable contracts means the delivery of equivalent products. Documentation: Description of the tenderer ́s up to 3 most relevant contracts in the course of the last 3 years. The description must, as a minimum, include a short description of the assignment, stating the values, dates and recipients of the assignment. It is the tenderer ́s responsibility to document relevance through the description.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements Tenderers shall have a quality assurance system suitable for the delivery. Documentation: A description shall be enclosed of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or other relevant quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 02/09/2025 14:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260456978.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 09/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 09/09/2025 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 : no
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 : Follo og Nordre Østfold Tingrett
Information about review deadlines : Normal waiting time

8. Organisations

8.1 ORG-0001

Official name : NORDRE FOLLO KOMMUNE
Registration number : 922092648
Postal address : Idrettsveien 8
Town : SKI
Postcode : 1400
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Thomas Greve
Telephone : 91886328
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Follo og Nordre Østfold Tingrett
Registration number : 926725920
Department : Nordre
Postal address : idre
Town : ski
Postcode : 1402
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : b0110cc8-151d-46f8-9f94-493b02992e62 - 02
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/08/2025 09:40 +00:00
Notice dispatch date (eSender) : 05/08/2025 11:07 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00514681-2025
OJ S issue number : 149/2025
Publication date : 06/08/2025