Snow clearing of lot 0925 Lakselvbukt - roads

Snow clearing of lot 0925 Lakselvbukt - roads Snow clearing of lot 0925 Lakselvbukt - roads

CPV: 90620000 Odpratávanie snehu, 34140000 Ťažkotonážne motorové vozidlá, 34143000 Vozidlá na zimnú údržbu ciest, 90000000 Kanalizačné služby, služby na odstraňovanie odpadu, čistenie a environmentálne služby, 90600000 Čistiace a asanačné služby v mestských alebo vidieckych oblastiach a súvisiace služby
Termín:
24. september 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Snow clearing of lot 0925 Lakselvbukt - roads
Udeľujúci orgán:
Tromsø kommune
Číslo udelenia:
25/128

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Snow clearing of lot 0925 Lakselvbukt - roads
Description : Snow clearing of lot 0925 Lakselvbukt - roads
Procedure identifier : e44c85fa-0149-497c-84b8-2c07b80f50fb
Internal identifier : 25/128
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 34140000 Heavy-duty motor vehicles
Additional classification ( cpv ): 34143000 Winter-maintenance vehicles
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

Town : Tromsø
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Snow clearing of lot 0925 Lakselvbukt - roads
Description : Snow clearing of lot 0925 Lakselvbukt - roads
Internal identifier : 25/128

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 34140000 Heavy-duty motor vehicles
Additional classification ( cpv ): 34143000 Winter-maintenance vehicles
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

Town : Tromsø
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 29/09/2025
Duration end date : 16/05/2027

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The Contracting Authority requests a fixed price for snow clearing of this area. Evaluation of the award criteria: The following points will be in the price criteria, the total evaluation sum: Table 1: Fixed price per winter season (the total sum of all lines) Table 2: Hourly rate gritting roads The price criteria will be evaluated so that the lowest price gets 60 points, while the other prices are evaluated according to the relative difference to the lowest price. Lowest price/tender sum * 60 = number of points Documentation requirement: Completed Annex 3 Price Form.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Environment
Description : The contracting authority has a high focus on the environment and emissions in the municipality. This criteria will evaluate the motorisation and emission class. Evaluation of the award criteria: Motorisation and emission class Points Fuel: electric/hydrogen/gas 40 Fossil fuel: Stage 5, Tier 4 Final and Euro class 6/VI 30 Fossil fuel: Stage 4 and Interim tier 4 15 Fossil fuel: older emission classes of stage, tier and euro 0 The score will be determined based on an objective measure. The tenderer can achieve a maximum of 40 points. The score will not be normalised. If a tenderer offers several machines where these have different motorisations and emission classes, then the contracting authority calculate an average of these to find the score. Example: Tenderers state that the following machines shall be used in the relevant areas: One machine with Stage 5 One machine with Stage 5 One machine with Stage 4 Supplier gets 30 points + 30 points + 15 points. This will be a total of 75 points. The tenderer shall use 3 vehicles for this route and the average of these will be used (75/3), which gives the score 25. The contracting authority will emphasise the vehicles that are in use or that will be used during the first contract year. Tenderers who shall procure a new lorry/machine for this route must state information on this in Annex 1 Equipment Specifications in the same way that the lorries/machines the tenderer already has. Documentation requirement: Complete Annex 1 Equipment Specifications.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40

5.1.11 Procurement documents

Deadline for requesting additional information : 15/09/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=67230

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 24/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 43 Day
Information about public opening :
Opening date : 24/09/2025 10:01 +00:00
Place : Tromsø
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 : Nord-Troms og Senja tingrett
Information about review deadlines : Nord-Troms and Senja District Court

8. Organisations

8.1 ORG-0001

Official name : Tromsø kommune
Registration number : 940 101 808
Department : Seksjon for anskaffelser
Postal address : Rådhuset, Postboks 6900 Langnes
Town : Tromsø
Postcode : 9299
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Contact point : Mads Bratteng Stagrum
Telephone : +47 77 79 00 00
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Nord-Troms og Senja tingrett
Registration number : 926 723 022
Postal address : Postboks 2510
Town : Tromsø
Postcode : 9270
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Telephone : 77 60 34 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : b2d22a47-e8ee-4475-8a9d-8885827534d4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/08/2025 07:36 +00:00
Notice dispatch date (eSender) : 22/08/2025 07:49 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00553488-2025
OJ S issue number : 161/2025
Publication date : 25/08/2025