New crew vehicle - Nordmøre and Romsdal fire and rescue IKS (NORBR)

Nordmøre og Romsdal Fire and Rescue IKS (NORBR) shall procure a new crew vehicle. The crew vehicle shall function in a large geographical area. Tenders must include everything that is necessary for the crew vehicle and accompanying equipment to function operatively. The crew vehicle shall operate in Norwegian conditions, year …

CPV: 34140000 Тежкотоварни камиони, 34144200 Превозни средства, използвани за оказване на помощ, 34144210 Пожарни коли, 34144213 Противопожарни превозни средства
Краен срок:
Авг. 29, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
New crew vehicle - Nordmøre and Romsdal fire and rescue IKS (NORBR)
Издаващ орган:
Molde Kommune
Номер на наградата:
25/06576

1. Buyer

1.1 Buyer

Official name : Molde Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : New crew vehicle - Nordmøre and Romsdal fire and rescue IKS (NORBR)
Description : Nordmøre og Romsdal Fire and Rescue IKS (NORBR) shall procure a new crew vehicle. The crew vehicle shall function in a large geographical area. Tenders must include everything that is necessary for the crew vehicle and accompanying equipment to function operatively. The crew vehicle shall operate in Norwegian conditions, year round. The estimated value of the procurement is NOK 8 million including VAT. Division of the contract is not allowed. The use of sub-suppliers is accepted, but if this is used, the tenderer shall be responsible and shall be the contract party to NORBR. See the requirement specifications for a comprehensive description of the delivery. Tenders submitted shall include an overview of the price for vehicles with additions and options. All the requested equipment shall be priced and the price offer shall cover everything that is included as a part of the delivery, cf. the requirement specification form. The contracting authority reserves the right to call in tenderers for presentation of the tender, request demonstrations and/or test drive of the offered vehicle model and any clarifications in connection with the product and competition. If so, we would like to invite qualified tenderers to a presentation of their tenders during September. Any presentations will be held via Microsoft Teams. Tenderers will cover their own costs when presenting the tender. Any demonstrations and test drives of the offered vehicle model shall be arranged by the tenderer. The contracting authority will cover separate costs for travel and stays in connection with any product demonstration in Norway.  The product design, practical solutions and operation will be emphasised in the award criteria, cf. the ought-requirements for evaluation in annex 1 - Requirement Specification.
Procedure identifier : 83ffa6ea-5319-460c-a339-e89c4e3d9647
Internal identifier : 25/06576
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Nordmøre og Romsdal Fire and Rescue IKS (NORBR) shall procure a new crew vehicle. The crew vehicle shall function in a large geographical area. Tenders must include everything that is necessary for the crew vehicle and accompanying equipment to function operatively. The crew vehicle shall operate in Norwegian conditions, year round. The estimated value of the procurement is NOK 8 million including VAT. Division of the contract is not allowed. The use of sub-suppliers is accepted, but if this is used, the tenderer shall be responsible and shall be the contract party to NORBR. See the requirement specifications for a comprehensive description of the delivery. Tenders submitted shall include an overview of the price for vehicles with additions and options. All the requested equipment shall be priced and the price offer shall cover everything that is included as a part of the delivery, cf. the requirement specification form. The contracting authority reserves the right to call in tenderers for presentation of the tender, request demonstrations and/or test drive of the offered vehicle model and any clarifications in connection with the product and competition. If so, we would like to invite qualified tenderers to a presentation of their tenders during September. Any presentations will be held via Microsoft Teams. Tenderers will cover their own costs when presenting the tender. Any demonstrations and test drives of the offered vehicle model shall be arranged by the tenderer. The contracting authority will cover separate costs for travel and stays in connection with any product demonstration in Norway.  The product design, practical solutions and operation will be emphasised in the award criteria, cf. the ought-requirements for evaluation in annex 1 - Requirement Specification.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144213 Fire engines
Additional classification ( cpv ): 34140000 Heavy-duty motor vehicles
Additional classification ( cpv ): 34144200 Vehicles for the emergency services
Additional classification ( cpv ): 34144210 Firefighting vehicles

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 6 400 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The Public Procurement Regulations (procurement regulations), FOR-2016-08-12-974 cf. The Public Procurement Act), LOV-2016-06-17-73.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The 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 contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : New crew vehicle - Nordmøre and Romsdal fire and rescue IKS (NORBR)
Description : Nordmøre og Romsdal Fire and Rescue IKS (NORBR) shall procure a new crew vehicle. The crew vehicle shall function in a large geographical area. Tenders must include everything that is necessary for the crew vehicle and accompanying equipment to function operatively. The crew vehicle shall operate in Norwegian conditions, year round. The estimated value of the procurement is NOK 8 million including VAT. Division of the contract is not allowed. The use of sub-suppliers is accepted, but if this is used, the tenderer shall be responsible and shall be the contract party to NORBR. See the requirement specifications for a comprehensive description of the delivery. Tenders submitted shall include an overview of the price for vehicles with additions and options. All the requested equipment shall be priced and the price offer shall cover everything that is included as a part of the delivery, cf. the requirement specification form. The contracting authority reserves the right to call in tenderers for presentation of the tender, request demonstrations and/or test drive of the offered vehicle model and any clarifications in connection with the product and competition. If so, we would like to invite qualified tenderers to a presentation of their tenders during September. Any presentations will be held via Microsoft Teams. Tenderers will cover their own costs when presenting the tender. Any demonstrations and test drives of the offered vehicle model shall be arranged by the tenderer. The contracting authority will cover separate costs for travel and stays in connection with any product demonstration in Norway.  The product design, practical solutions and operation will be emphasised in the award criteria, cf. the ought-requirements for evaluation in annex 1 - Requirement Specification.
Internal identifier : 25/06576

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144213 Fire engines
Additional classification ( cpv ): 34140000 Heavy-duty motor vehicles
Additional classification ( cpv ): 34144200 Vehicles for the emergency services
Additional classification ( cpv ): 34144210 Firefighting vehicles

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 120 Month

5.1.5 Value

Estimated value excluding VAT : 6 400 000 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

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Vehicle purchase, lease or rent

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 15/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260021863.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of tenders : 29/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 5 Month
Information about public opening :
Opening date : 29/08/2025 10:00 +00:00
Additional information : Please note that the opening of tenders is digital and the public opening of tenders will not be held.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Nordmøre og Romsdal tingrett
Information about review deadlines : See the Public Procurement Act, LOV-2016-06-17-73.

8. Organisations

8.1 ORG-0001

Official name : Molde Kommune
Registration number : 921221967
Postal address : Rådhusplassen 1
Town : MOLDE
Postcode : 6413
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Hans Kåre Oppigård
Telephone : +47 71111000
Fax : +47 71111025
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Nordmøre og Romsdal tingrett
Registration number : 935365120
Town : Molde
Postcode : 6404
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70333730
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : d5cdb3ff-2afe-48d4-9cda-2fe9e927062e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/07/2025 06:04 +00:00
Notice dispatch date (eSender) : 07/07/2025 06:04 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00441793-2025
OJ S issue number : 128/2025
Publication date : 08/07/2025