297244-2026 - Competition
Norway – Snow-clearing services – Winter maintenance for Rana municipality 2026 - 2031 (2032, 2033)
OJ S 84/2026 30/04/2026
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official nameRana Kommune
Emailhilde.moholt@rana.kommune.no
Legal type of the buyerBody governed by public law, controlled by a local authority
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleWinter maintenance for Rana municipality 2026 - 2031 (2032, 2033)
DescriptionRana municipality c/o Operation Infrastructure, Section for Transport, hereby invites tenderers to a competition for breaking for the delivery of winter maintenance in the winter seasons from 01.11 – 31.03 unless otherwise specified, from and including 01.11.2026 to and including 31.03.2031 with an option for an extension for a further 1.0 years plus 1.0 years, to a total maximum of 7.0 years. See the tender documentation
Procedure identifier9c894c74-b892-409a-a173-d5c8a05ee875
Internal identifier2026/9663
Type of procedureOpen
The procedure is acceleratedno
Main features of the procedureThe aim of the procurement is to enter into a contract with one or several tenderers for snow clearing services in the period from 1 November until and including 31 March each year in the contract period. The contract is divided into the following lots, based on the snow clearing areas in Rana municipality. AreaAndel av estimert verdiÅga/Hauknes20%Sentrum Mo i Rana47%Gruben nord23%Nylaenget, Hjartåsen and Nevernes kirke8,5%Bustnes0.5%Stupforsmoen and Storvollengveien1%See the tender documentation
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 90620000 Snow-clearing services
Additional classification (cpv): 45233141 Road-maintenance works
2.1.2.
Place of performance
Country subdivision (NUTS)Nordland/Nordlánnda (NO071)
CountryNorway
2.1.3.
Value
Estimated value excluding VAT55 000 000,00 NOK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III.
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionNoticeEuropean Single Procurement Document (ESPD)
CorruptionIs 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.
FraudIs 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 financingIs 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 organisationIs 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 activitiesIs 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 beingsIs 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 lawIs 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 lawIs 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 lawIs 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 competitionHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconductHas 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 or obtained confidential information of this procedureHave the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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 procedureAre 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 procedureHas 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 sanctionsHas 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 of obligations set under purely national exclusion groundsThe contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributionsHave 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 taxesHas 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 suspendedSpecify 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.
BankruptcyIs 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 creditorsIs 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.
InsolvencyIs 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 liquidatorSpecify 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 lawIs 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.
LotLOT-0000
TitleWinter maintenance for Rana municipality 2026 - 2031 (2032, 2033)
DescriptionRana municipality c/o Operation Infrastructure, Section for Transport, hereby invites tenderers to a competition for breaking for the delivery of winter maintenance in the winter seasons from 01.11 – 31.03 unless otherwise specified, from and including 01.11.2026 to and including 31.03.2031 with an option for an extension for a further 1.0 years plus 1.0 years, to a total maximum of 7.0 years. See the tender documentation
Internal identifier2026/9663
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 90620000 Snow-clearing services
Additional classification (cpv): 45233141 Road-maintenance works
5.1.2.
Place of performance
Country subdivision (NUTS)Nordland/Nordlánnda (NO071)
CountryNorway
5.1.3.
Estimated duration
Start date31/10/2026
Duration end date15/04/2032
5.1.5.
Value
Estimated value excluding VAT55 000 000,00 NOK
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
This procurement is also suitable for small and medium-sized enterprises (SMEs)yes
5.1.9.
Selection criteria
Sources of selection criteriaNoticeEuropean Single Procurement Document (ESPD)
CriterionEnrolment in a relevant professional register
Description of selection criterionTenderers are registered in a professional 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.

CriterionEnrolment in a trade register
Description of selection criterionTenderers 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.

CriterionGeneral yearly turnover
Description of selection criterionThe tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements

CriterionAverage yearly turnover
Description of selection criterionThe tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows: Minimum qualification requirements

CriterionSpecific yearly turnover
Description of selection criterionAre the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows: Minimum qualification requirements

CriterionFinancial ratio
Description of selection criterionFor financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements

CriterionProfessional risk indemnity insurance
Description of selection criterionThe insured amount in the tenderer ́s liability insurance is the following: Minimum qualification requirements

CriterionOther economic or financial requirements
Description of selection criterionRegarding 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

CriterionReferences on specified services
Description of selection criterionOnly 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

CriterionTechnicians or technical bodies for quality control
Description of selection criterionTenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements

CriterionMeasures for ensuring quality
Description of selection criterionThe tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements

CriterionSupply chain management
Description of selection criterionThe tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Minimum qualification requirements

CriterionEnvironmental management measures
Description of selection criterionTenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements

CriterionTools, plant, or technical equipment
Description of selection criterionTenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements

CriterionSubcontracting proportion
Description of selection criterionThe 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

CriterionCertificates by independent bodies about quality assurance standards
Description of selection criterionCan tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements

CriterionCertificates by independent bodies about environmental management systems or standards
Description of selection criterionIs the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableNorwegian
Deadline for requesting additional information26/05/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Address of the procurement documentshttps://permalink.mercell.com/281954131.aspx
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://permalink.mercell.com/281954131.aspx
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
VariantsNot allowed
Tenderers may submit more than one tenderAllowed
Deadline for receipt of tenders03/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid28 Days
Information that can be supplemented after the submission deadline
No documents can be submitted later.
Information about public opening
Opening date03/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
PlaceRana Municipality
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
A non-disclosure agreement is requiredno
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedyes
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 organisationHelgeland Tingrett
Review organisationHelgeland Tingrett
Information about review deadlines: waiting period of 10 days after the award of contract.
Organisation providing more information on the review proceduresHelgeland Tingrett
Organisation receiving requests to participateRana Kommune
Organisation processing tendersRana Kommune
8. Organisations
8.1.
ORG-0001
Official nameRana Kommune
Registration number872418032
Postal addressRådhusplassen 2
TownMO I RANA
Postcode8622
Country subdivision (NUTS)Nordland/Nordlánnda (NO071)
CountryNorway
Contact pointHilde Moholt
Emailhilde.moholt@rana.kommune.no
Telephone+47 75145000
Internet addresshttp://www.rana.kommune.no/
Buyer profilehttps://www.rana.kommune.no/
Roles of this organisation
Buyer
Organisation receiving requests to participate
Organisation processing tenders
8.1.
ORG-0002
Official nameHelgeland Tingrett
Registration number926 723 162
DepartmentMo i Rana
Postal addressNytorget 1
TownMo i Rana
Postcode8622
Country subdivision (NUTS)Nordland/Nordlánnda (NO071)
CountryNorway
Roles of this organisation
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Notice information
Notice identifier/version0ee8e535-bfa5-40d1-91f7-0c45663ff011  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date29/04/2026 08:00:31 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)29/04/2026 08:32:07 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number297244-2026
OJ S issue number84/2026
Publication date30/04/2026