Procurement of winter maintenance for period 2025/26- 2028/2029 Sør-Fron municipality

The contracting authority for the competition is Sør-Fron municipality, the municipal engineering department. The contracting authority invites tenderers to a competition for snow clearing and other winter maintenance on roads and open spaces. The snow clearing sections can be found in the municipal map under "Snow clearing areas" and in …

CPV: 34143000 Vozila za zimsko službo, 90620000 Storitve odstranjevanja snega
Rok:
1. julij 2025. 10:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Procurement of winter maintenance for period 2025/26- 2028/2029 Sør-Fron municipality
Organ za podeljevanje:
Sør-Fron Kommune
Številka dodelitve:
25/453

1. Buyer

1.1 Buyer

Official name : Sør-Fron Kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of winter maintenance for period 2025/26- 2028/2029 Sør-Fron municipality
Description : The contracting authority for the competition is Sør-Fron municipality, the municipal engineering department. The contracting authority invites tenderers to a competition for snow clearing and other winter maintenance on roads and open spaces. The snow clearing sections can be found in the municipal map under "Snow clearing areas" and in the annex "Route Overview". The tender is for the hire of machines with drivers for snow clearing and clearing of municipal roads/open spaces, streets, pavements. The work shall be carried out in accordance with the municipality ́s snow clearing instructions and the requirement specifications that are attached. Prices can be given for 8 different areas, with each area containing several routes/spaces. Complete deliveries must be offered for each area, and not just individual areas or places within each area, the competition is divided into 8 sub-competitions for each snow clearing area. Tenderers can submit tenders for one or several of the sub competitions. Sub-competition 1: Frya including footpathsDelkonkurranse 2: Lia including foot paths and the square at Liene barnehageDelkonkurranse 3: Hundorp including foot pathsDel competition 4: Harpefoss east including foot paths and the square at the school/arts centre/swimming pool Part 4: Harpefoss east including foot paths and the square at the school/arts centre/swimming pool Part competition 5: Harpefoss west including foot paths and the square at the secondary schoolDelkonkurranse 6: Gålå including foot pathsDelkonkurranse 7: EspedalenDelkonkurranse 8: Places in HundorpKommunen reserves the right to pull out roads and places. for all or parts of one area. As a starting point, winter maintenance shall be carried out by the municipality itself, but the municipality can offer contractors other assignments if there is a lack of capacity. The hourly rate for other work with tractors and coats/cutters shall be stated in the price form for each area. The contract is for four winter seasons - the period 2025/2026 to 2028/2029, with an option for an extension for 1+1 season.
Procedure identifier : 87d7d705-3586-4940-bcae-2f72148415c2
Internal identifier : 25/453
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 ): 34143000 Winter-maintenance vehicles

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement Regulations

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 8
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 8

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-0001

Title : Sub competition 1 - Frya including footpaths
Description : This sub-competition is for snow clearing of area: Frya including foot paths.
Internal identifier : 25/453 1

5.1.1 Purpose

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

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.5 Value

Estimated value excluding VAT : 750 000 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 : 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.
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 The tenderer shall have sufficient economic and financial capacity to be able to. fulfil the contract for the number of areas offered. Tenderers shall be credit worthy. Documentation requirement: Credit rating based on the last known accounting figures. The rating shall be carried out by credit information company with licence to operate such activity. The contracting authority reserves the right to obtain its own credit rating from a credit information company.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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 (s) assignments. Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments in the course of the last 3 years. Form A-6 « the tenderer's experience with comparable assignments", fill in. It is the tenderer ́s responsibility to document relevance through Description. Tenderers can document their experience by referring to competence of personnel that he has at his disposal and can use for this assignment, even if the experience has been built up while the personnel have service performed for another service provider.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements Tenderers can use the capacity of other companies for this contract to fulfil the requirements for economic and financial capacity, cf. the Public Procurement Regulations § 16-3 and technical and professional qualifications, cf. the Public Procurement Regulations § 16-5. If a tenderer will use the capacity of other entities, he shall. document that he prevails over the necessary resources, cf. the Public Procurement Regulations § 16-10, for example, in the form of a commitment statement. In addition separate ESPD forms shall be submitted for the relevant sub-suppliers.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258489596.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 01/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/07/2025 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 : Allowed
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

Mediation organisation : Vestre Innlandet tingrett -
Review organisation : Vestre Innlandet tingrett -
Information about review deadlines : See the schedule
Organisation providing more information on the review procedures : Sør-Fron Kommune -

5.1 Lot technical ID : LOT-0002

Title : Sub competition 2 - Lia including foot paths and the square at Liene nursery school
Description : This sub-competition is for snow clearing of area: Lia, including foot paths and the square at Liene nursery school.
Internal identifier : 25/453 2

5.1.1 Purpose

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

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.5 Value

Estimated value excluding VAT : 1 000 000 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 : 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.
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 The tenderer shall have sufficient economic and financial capacity to be able to. fulfil the contract for the number of areas offered. Tenderers shall be credit worthy. Documentation requirement: Credit rating based on the last known accounting figures. The rating shall be carried out by credit information company with licence to operate such activity. The contracting authority reserves the right to obtain its own credit rating from a credit information company.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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 (s) assignments. Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments in the course of the last 3 years. Form A-6 « the tenderer's experience with comparable assignments", fill in. It is the tenderer ́s responsibility to document relevance through Description. Tenderers can document their experience by referring to competence of personnel that he has at his disposal and can use for this assignment, even if the experience has been built up while the personnel have service performed for another service provider.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements Tenderers can use the capacity of other companies for this contract to fulfil the requirements for economic and financial capacity, cf. the Public Procurement Regulations § 16-3 and technical and professional qualifications, cf. the Public Procurement Regulations § 16-5. If a tenderer will use the capacity of other entities, he shall. document that he prevails over the necessary resources, cf. the Public Procurement Regulations § 16-10, for example, in the form of a commitment statement. In addition separate ESPD forms shall be submitted for the relevant sub-suppliers.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258489596.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 01/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/07/2025 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 : Allowed
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

Mediation organisation : Vestre Innlandet tingrett -
Review organisation : Vestre Innlandet tingrett -
Information about review deadlines : See the schedule
Organisation providing more information on the review procedures : Sør-Fron Kommune -

5.1 Lot technical ID : LOT-0003

Title : Sub competition 3 - Hundorp including footpaths
Description : This sub-competition is for snow clearing of area: Hundorp including foot paths
Internal identifier : 25/453 3

5.1.1 Purpose

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

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.5 Value

Estimated value excluding VAT : 1 000 000 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 : 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.
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 The tenderer shall have sufficient economic and financial capacity to be able to. fulfil the contract for the number of areas offered. Tenderers shall be credit worthy. Documentation requirement: Credit rating based on the last known accounting figures. The rating shall be carried out by credit information company with licence to operate such activity. The contracting authority reserves the right to obtain its own credit rating from a credit information company.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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 (s) assignments. Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments in the course of the last 3 years. Form A-6 « the tenderer's experience with comparable assignments", fill in. It is the tenderer ́s responsibility to document relevance through Description. Tenderers can document their experience by referring to competence of personnel that he has at his disposal and can use for this assignment, even if the experience has been built up while the personnel have service performed for another service provider.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements Tenderers can use the capacity of other companies for this contract to fulfil the requirements for economic and financial capacity, cf. the Public Procurement Regulations § 16-3 and technical and professional qualifications, cf. the Public Procurement Regulations § 16-5. If a tenderer will use the capacity of other entities, he shall. document that he prevails over the necessary resources, cf. the Public Procurement Regulations § 16-10, for example, in the form of a commitment statement. In addition separate ESPD forms shall be submitted for the relevant sub-suppliers.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258489596.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 01/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/07/2025 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 : Allowed
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

Mediation organisation : Vestre Innlandet tingrett -
Review organisation : Vestre Innlandet tingrett -
Information about review deadlines : See time chemistry
Organisation providing more information on the review procedures : Sør-Fron Kommune -

5.1 Lot technical ID : LOT-0004

Title : Sub competition 4 - Harpefoss east including foot paths and the place by the school/arts centre/water park.
Description : This sub-competition is for snow clearing of the area: Harpefoss east, including foot paths and the square at the school/arts centre/water park.
Internal identifier : 25/453 4

5.1.1 Purpose

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

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.5 Value

Estimated value excluding VAT : 750 000 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 : 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.
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 The tenderer shall have sufficient economic and financial capacity to be able to. fulfil the contract for the number of areas offered. Tenderers shall be credit worthy. Documentation requirement: Credit rating based on the last known accounting figures. The rating shall be carried out by credit information company with licence to operate such activity. The contracting authority reserves the right to obtain its own credit rating from a credit information company.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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 (s) assignments. Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments in the course of the last 3 years. Form A-6 « the tenderer's experience with comparable assignments", fill in. It is the tenderer ́s responsibility to document relevance through Description. Tenderers can document their experience by referring to competence of personnel that he has at his disposal and can use for this assignment, even if the experience has been built up while the personnel have service performed for another service provider.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements Tenderers can use the capacity of other companies for this contract to fulfil the requirements for economic and financial capacity, cf. the Public Procurement Regulations § 16-3 and technical and professional qualifications, cf. the Public Procurement Regulations § 16-5. If a tenderer will use the capacity of other entities, he shall. document that he prevails over the necessary resources, cf. the Public Procurement Regulations § 16-10, for example, in the form of a commitment statement. In addition separate ESPD forms shall be submitted for the relevant sub-suppliers.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258489596.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 01/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/07/2025 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 : Allowed
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

Mediation organisation : Vestre Innlandet tingrett -
Review organisation : Vestre Innlandet tingrett -
Information about review deadlines : See the schedule

5.1 Lot technical ID : LOT-0005

Title : Sub competition 5 - Harpefoss west including foot paths and the lower secondary school square
Description : This sub-competition is for snow clearing of the area: Harpefoss west, including foot paths and the secondary school ́s place.
Internal identifier : 25/453 5

5.1.1 Purpose

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

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.5 Value

Estimated value excluding VAT : 750 000 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 : 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.
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 The tenderer shall have sufficient economic and financial capacity to be able to. fulfil the contract for the number of areas offered. Tenderers shall be credit worthy. Documentation requirement: Credit rating based on the last known accounting figures. The rating shall be carried out by credit information company with licence to operate such activity. The contracting authority reserves the right to obtain its own credit rating from a credit information company.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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 (s) assignments. Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments in the course of the last 3 years. Form A-6 « the tenderer's experience with comparable assignments", fill in. It is the tenderer ́s responsibility to document relevance through Description. Tenderers can document their experience by referring to competence of personnel that he has at his disposal and can use for this assignment, even if the experience has been built up while the personnel have service performed for another service provider.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements Tenderers can use the capacity of other companies for this contract to fulfil the requirements for economic and financial capacity, cf. the Public Procurement Regulations § 16-3 and technical and professional qualifications, cf. the Public Procurement Regulations § 16-5. If a tenderer will use the capacity of other entities, he shall. document that he prevails over the necessary resources, cf. the Public Procurement Regulations § 16-10, for example, in the form of a commitment statement. In addition separate ESPD forms shall be submitted for the relevant sub-suppliers.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258489596.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 01/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/07/2025 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 : Allowed
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

Mediation organisation : Vestre Innlandet tingrett -
Review organisation : Vestre Innlandet tingrett -
Information about review deadlines : See the schedule

5.1 Lot technical ID : LOT-0006

Title : Sub competition 6 - Gålå including footpaths
Description : This sub-competition is for snow clearing of area: Gålå including foot paths
Internal identifier : 25/453 6

5.1.1 Purpose

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

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.5 Value

Estimated value excluding VAT : 450 000 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 : 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.
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 The tenderer shall have sufficient economic and financial capacity to be able to. fulfil the contract for the number of areas offered. Tenderers shall be credit worthy. Documentation requirement: Credit rating based on the last known accounting figures. The rating shall be carried out by credit information company with licence to operate such activity. The contracting authority reserves the right to obtain its own credit rating from a credit information company.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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 (s) assignments. Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments in the course of the last 3 years. Form A-6 « the tenderer's experience with comparable assignments", fill in. It is the tenderer ́s responsibility to document relevance through Description. Tenderers can document their experience by referring to competence of personnel that he has at his disposal and can use for this assignment, even if the experience has been built up while the personnel have service performed for another service provider.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements Tenderers can use the capacity of other companies for this contract to fulfil the requirements for economic and financial capacity, cf. the Public Procurement Regulations § 16-3 and technical and professional qualifications, cf. the Public Procurement Regulations § 16-5. If a tenderer will use the capacity of other entities, he shall. document that he prevails over the necessary resources, cf. the Public Procurement Regulations § 16-10, for example, in the form of a commitment statement. In addition separate ESPD forms shall be submitted for the relevant sub-suppliers.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258489596.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 01/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/07/2025 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 : Allowed
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 : Vestre Innlandet tingrett -
Information about review deadlines : See the schedule

5.1 Lot technical ID : LOT-0007

Title : Sub competition 7 - Espedalen
Description : This sub-competition is for Snow clearing of area: Espedalen
Internal identifier : 25/453 7

5.1.1 Purpose

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

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.5 Value

Estimated value excluding VAT : 100 000 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 : 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.
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 The tenderer shall have sufficient economic and financial capacity to be able to. fulfil the contract for the number of areas offered. Tenderers shall be credit worthy. Documentation requirement: Credit rating based on the last known accounting figures. The rating shall be carried out by credit information company with licence to operate such activity. The contracting authority reserves the right to obtain its own credit rating from a credit information company.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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 (s) assignments. Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments in the course of the last 3 years. Form A-6 « the tenderer's experience with comparable assignments", fill in. It is the tenderer ́s responsibility to document relevance through Description. Tenderers can document their experience by referring to competence of personnel that he has at his disposal and can use for this assignment, even if the experience has been built up while the personnel have service performed for another service provider.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements Tenderers can use the capacity of other companies for this contract to fulfil the requirements for economic and financial capacity, cf. the Public Procurement Regulations § 16-3 and technical and professional qualifications, cf. the Public Procurement Regulations § 16-5. If a tenderer will use the capacity of other entities, he shall. document that he prevails over the necessary resources, cf. the Public Procurement Regulations § 16-10, for example, in the form of a commitment statement. In addition separate ESPD forms shall be submitted for the relevant sub-suppliers.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258489596.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 01/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/07/2025 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 : Allowed
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 : Vestre Innlandet tingrett -
Information about review deadlines : See the schedule

5.1 Lot technical ID : LOT-0008

Title : Lot 8 - Places at Hundorp
Description : This sub-competition is for snow clearing of area: Places in Hundorp
Internal identifier : 25/453 8

5.1.1 Purpose

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

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.5 Value

Estimated value excluding VAT : 1 000 000 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 : 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.
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 The tenderer shall have sufficient economic and financial capacity to be able to. fulfil the contract for the number of areas offered. Tenderers shall be credit worthy. Documentation requirement: Credit rating based on the last known accounting figures. The rating shall be carried out by credit information company with licence to operate such activity. The contracting authority reserves the right to obtain its own credit rating from a credit information company.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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 (s) assignments. Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments in the course of the last 3 years. Form A-6 « the tenderer's experience with comparable assignments", fill in. It is the tenderer ́s responsibility to document relevance through Description. Tenderers can document their experience by referring to competence of personnel that he has at his disposal and can use for this assignment, even if the experience has been built up while the personnel have service performed for another service provider.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements Tenderers can use the capacity of other companies for this contract to fulfil the requirements for economic and financial capacity, cf. the Public Procurement Regulations § 16-3 and technical and professional qualifications, cf. the Public Procurement Regulations § 16-5. If a tenderer will use the capacity of other entities, he shall. document that he prevails over the necessary resources, cf. the Public Procurement Regulations § 16-10, for example, in the form of a commitment statement. In addition separate ESPD forms shall be submitted for the relevant sub-suppliers.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258489596.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 01/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/07/2025 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 : Allowed
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 : Vestre Innlandet tingrett -
Information about review deadlines : See the schedule

8. Organisations

8.1 ORG-0001

Official name : Sør-Fron Kommune
Registration number : 941827195
Postal address : Kommunevegen 1
Town : Sør-Fron
Postcode : 2647
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Sør-Fron kommune
Telephone : +47 61299000
Fax : +47 61299001
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Vestre Innlandet tingrett
Registration number : 926723758
Town : Gjøvik
Postcode : 2801
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation
Notice information
Notice identifier/version : 60d4c340-f21e-4347-bacb-9515878ccd62 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/06/2025 08:52 +00:00
Notice dispatch date (eSender) : 03/06/2025 11:17 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00360509-2025
OJ S issue number : 106/2025
Publication date : 04/06/2025