Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 18/03/2025
Date de péremption : 30/04/2026
Type de procédure : Procédure ouverte
Type de document : Avis de marché ou de concession – régime ordinaire
Norvège
appel-offre

Norvège - Services de déneigement - Snow clearing of area 0425 Tromsdalen north and Tromsøya south - outdoor areas and small roads

2025/S 2025-174934  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
54/2025
174934-2025 - Mise en concurrence
Norvège – Services de déneigement – Snow clearing of area 0425 Tromsdalen north and Tromsøya south - outdoor areas and small roads
OJ S 54/2025 18/03/2025
Avis de marché ou de concession – régime ordinaire
Services

   1.  Acheteur
1.1.
Acheteur
Nom officiel: Tromsø kommune
Forme juridique de l’acheteur: Autorité régionale
Activité du pouvoir adjudicateur: Services d’administration générale

   2.  Procédure
2.1.
Procédure
Titre: Snow clearing of area 0425 Tromsdalen north and Tromsøya south - outdoor areas and small roads
Description: Snow clearing of area 0425 Tromsdalen north and Tromsøya south - outdoor areas and small roads
Identifiant de la procédure: dda35ba6-da3e-48bd-969d-e23301334e7a
Identifiant interne: 24/252
Type de procédure: Ouverte
La procédure est accélérée: non
2.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 90620000 Services de déneigement
Nomenclature supplémentaire (cpv): 34000000 Équipement de transport et produits auxiliaires pour le transport, 34143000 Véhicules de service hivernal, 90600000 Services de propreté et d'hygiénisation en milieu urbain ou rural, et services connexes
2.1.2.
Lieu d’exécution
Ville: Tromsø
Subdivision pays (NUTS): Troms og Finnmark (NO074)
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
2.1.6.
Motifs d’exclusion
Situation analogue à la faillite prévue dans la législation nationale: 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.
Faillite: 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.
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.
Concordat: 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.
Participation à une organisation criminelle: 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)
Accords avec d’autres opérateurs économiques en vue de fausser la concurrence: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Manquement aux obligations dans le domaine du droit environnemental: 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.
Blanchiment de capitaux ou financement du terrorisme: 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).
Fraude: 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).
Travail des enfants et autres formes de traite des êtres humains: 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).
Insolvabilité: 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.
Manquement aux obligations dans le domaine du droit du travail: 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.
Biens administrés par un liquidateur: 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.
Coupable de fausses déclarations, non-communication, n’a pas été en mesure de fournir les documents requis et a obtenu des informations confidentielles de la présente procédure: 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'
Conflit d’intérêt créé par sa participation à la procédure de passation de marché: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents'
Association directe ou indirecte à la préparation de cette procédure de passation de marché: 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?
Coupable d’une faute professionnelle grave: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Résiliation, dommages et intérêts ou autres sanctions comparables: 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'
Manquement aux obligations dans le domaine du droit social: 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.
Paiement des cotisations de sécurité sociale: 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?
État de cessation d’activités: 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.
Paiement d’impôts et 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?
Infractions terroristes ou infractions liées aux activités terroristes: 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.

   5.  Lot
5.1.
Lot: LOT-0000
Titre: Snow clearing of area 0425 Tromsdalen north and Tromsøya south - outdoor areas and small roads
Description: Snow clearing of area 0425 Tromsdalen north and Tromsøya south - outdoor areas and small roads
Identifiant interne: 24/252
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 90620000 Services de déneigement
Nomenclature supplémentaire (cpv): 34000000 Équipement de transport et produits auxiliaires pour le transport, 34143000 Véhicules de service hivernal, 90600000 Services de propreté et d'hygiénisation en milieu urbain ou rural, et services connexes
5.1.2.
Lieu d’exécution
Ville: Tromsø
Subdivision pays (NUTS): Troms og Finnmark (NO074)
5.1.3.
Durée estimée
Date de début: 29/09/2025
Date de fin de durée: 14/05/2028
5.1.4.
Renouvellement
Nombre maximal de renouvellements: 3
L’acheteur se réserve le droit d’effectuer des achats supplémentaires auprès du contractant, comme décrit ici: Renewal lenght is 12 months
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP): non
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Nom: Tax and VAT certificates.
Description: Requirement: Tenderers shall have their tax and VAT payments in order. Documentation requirement: Tax and VAT certificate. The certificate must not be older than six months calculated from the deadline for receipt of tenders. Tenderers from other EEA countries, countries included in the GPA contract or a free trade agreement with EFTA/Norway shall enclose equivalent certificates or other statutory documentation from equivalent authorities in the country where the tenderer has its headquarters.
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: The tenderer fulfils the stated qualification requirements:
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: The tenderer fulfils the stated qualification requirements:
Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: The organisational and legal position of the tenderer.
Description: Requirement: Tenderers shall document that the company is legally established and registered in a company register or a trade register in the member state in which the tenderer is established. for example, the Brønnøysund Register Centre.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Experience from equivalent assignments
Description: Requirement: The tenderer shall have experience from equivalent assignments. Equivalent means the delivery of the same service (snow clearing/winter maintenance) to the contracting authority of approximately the same extent as this contract. Documentation requirement: Tenderers must document their experience with comparable deliveries to customers by enclosing a minimum of two references from the last three years. The contracting authorities shall be specified with contact information so that references can be obtained. Tenderers that are newly established and cannot, henceforth, present references, must substantiate that they have the prerequisites required to fulfil the contract.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Competence and implementation ability.
Description: Requirement: Tenderers shall have the necessary capacity and have access to resources, who have the competence and implementation ability within the disciplines required by the assignment. Documentation requirement: Tenderers shall document this by presenting a general description of relevant professional competence, as well as how the organisation will be used for the execution of the contract. This also includes the machines that are intended to be used for the contract.
Utilisation de ce critère: Utilisé
5.1.10.
Critères d’attribution
Critère:
Type: Prix
Nom: Price
Description: The Contracting Authority requests a fixed price for snow clearing of this area. Evaluation of the award criteria: In the price criteria, the following point will be the evaluation sum: Table 1: Fixed price per winter season (sum of all rows) The price criterion 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.
Catégorie du critère d’attribution poids: Pondération (points, valeur exacte)
Nombre critère d’attribution: 60
Critère:
Type: Qualité
Nom: 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. 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 they have different motorisations and emission classes, then the contracting authority will calculate an average of these to find the score. Example: Tenderers state that the following machines shall be used on the actual route: A machine with Stage 5 A machine with Stage 5 A machine with Stage 4 Supplier gets 30 points + 30 points + 15 points. This will be a total of 75 points. As tenderers shall use 3 vehicles for this area, 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.
Catégorie du critère d’attribution poids: Pondération (points, valeur exacte)
Nombre critère d’attribution: 40
5.1.11.
Documents de marché
Date limite de demande d’informations complémentaires: 21/04/2025 22:00:00 (UTC)
Adresse des documents de marché: https://tendsign.com/doc.aspx?MeFormsNoticeId=51389
5.1.12.
Conditions du marché public
Conditions de présentation:
Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentées: norvégien
Catalogue électronique: Autorisée
La signature ou le cachet électronique avancé(e) ou qualifié(e) [au sens du règlement (UE) ? 910/2014] est requis(e)
Date limite de réception des offres: 30/04/2025 10:00:58 (UTC)
Date limite de validité de l’offre: 60 Jours
Informations relatives à l’ouverture publique:
Date d'ouverture: 30/04/2025 10:01:00 (UTC)
Lieu: Tromsø
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Facturation en ligne: Requise
La commande en ligne sera utilisée: oui
Le paiement en ligne sera utilisé: oui
5.1.15.
Techniques
Accord-cadre: Pas d’accord-cadre
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
Enchère électronique: non
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Nord-Troms og Senja tingrett

   8.  Organisations
8.1.
ORG-0001
Nom officiel: Tromsø kommune
Numéro d’enregistrement: 940 101 808
Département: Seksjon for anskaffelser
Adresse postale: Rådhuset, Postboks 6900 Langnes
Ville: Tromsø
Code postal: 9299
Pays: Norvège
Point de contact: Mads Bratteng Stagrum
Téléphone: +47 77 79 00 00
Rôles de cette organisation:
Acheteur
8.1.
ORG-0002
Nom officiel: Nord-Troms og Senja tingrett
Numéro d’enregistrement: 926 723 022
Adresse postale: Postboks 2510
Ville: Tromsø
Code postal: 9270
Subdivision pays (NUTS): Troms og Finnmark (NO074)
Pays: Norvège
Adresse électronique: tntspost@domstol.no
Téléphone: 77 60 34 00
Rôles de cette organisation:
Organisation chargée des procédures de recours
Informations relatives à l’avis
Identifiant/version de l’avis: 7d4c5785-1680-4288-8381-83be96a5292f - 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 16
Date d’envoi de l’avis: 17/03/2025 11:22:48 (UTC)
Date d’envoi de l’avis (eSender): 17/03/2025 11:35:25 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
Numéro de publication de l’avis: 174934-2025
Numéro de publication au JO S: 54/2025
Date de publication: 18/03/2025

 
 
C L A S S E    C P V
34000000 - Équipement de transport et produits auxiliaires pour le transport 
34143000 - Véhicules de service hivernal 
90600000 - Services de propreté et d'hygiénisation en milieu urbain ou rural, et services connexes 
90620000 - Services de déneigement