Procurement of a new pipe inspection vehicle for the water, sewage and sanitation department in Stavanger municipality.

Stavanger municipality, c/o water, sewage and sanitation, shall enter into a contract for the procurement of a purpose-built lorry for pipe inspections. Stavanger municipality, c/o water, sewage and sanitation, shall enter into a contract for the procurement of a purpose-built lorry for pipe inspections.

CPV: 42997100 Stroje pro kontrolu vnitřních povrchů potrubí, 34144500 Vozidla pro svoz odpadků a odpadních vod, 42000000 Průmyslové stroje, 42900000 Různá strojní zařízení pro všeobecné účely a speciální strojní zařízení, 42990000 Ostatní účelové stroje, 42997000 Potrubní stroje, 43132400 Linková zařízení
Termín:
16. června 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
Procurement of a new pipe inspection vehicle for the water, sewage and sanitation department in Stavanger municipality.
Misto zadání:
Stavanger kommune
Číslo zakázky:
2025/231074

1. Buyer

1.1 Buyer

Official name : Stavanger 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 : Procurement of a new pipe inspection vehicle for the water, sewage and sanitation department in Stavanger municipality.
Description : Stavanger municipality, c/o water, sewage and sanitation, shall enter into a contract for the procurement of a purpose-built lorry for pipe inspections.
Procedure identifier : 070c3836-378d-4cb8-b430-bea885a3752f
Internal identifier : 2025/231074
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The vehicle that covers the municipality ́s need shall be certified and in accordance with the current rules, in accordance with Norwegian laws and regulations. Necessary marking, CE marking, shall be carried out. The vehicle shall be delivered to Stavanger municipality, registered, ready for use and certified at Stavanger traffic station. Costs in connection with certification and registration in Norway shall be included in the tender. The delivery date shall be calculated from the date of the completed pipe inspection vehicle, where the delivery place is (DAP Incoterms) Stavanger municipality, The Norwegian Public Roads Administration, Stavanger Traffic Station, Chr. August Thorings road 12, 4033 Stavanger. It is a prerequisite that the vehicle is robust in every way as regards daily use throughout the working day. The vehicle and inclusive equipment that shall be delivered shall be of first class quality. See Annex 1 requirement specifications for pipe inspection vehicles. , for a more detailed overview of what the Contracting Authority is setting for a pipe inspection vehicle that shall be procured. Tenders can be submitted for several alternative pipe inspection vehicles.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42997100 Machines for inspecting the internal surface of pipelines
Additional classification ( cpv ): 34144500 Vehicles for refuse and sewage
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42900000 Miscellaneous general and special-purpose machinery
Additional classification ( cpv ): 42990000 Miscellaneous special-purpose machinery
Additional classification ( cpv ): 42997000 Pipeline machinery
Additional classification ( cpv ): 43132400 Line equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone

2.1.4 General information

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

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have 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 procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching 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?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of a new pipe inspection vehicle for the water, sewage and sanitation department in Stavanger municipality.
Description : Stavanger municipality, c/o water, sewage and sanitation, shall enter into a contract for the procurement of a purpose-built lorry for pipe inspections.
Internal identifier : 2025/231074

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42997100 Machines for inspecting the internal surface of pipelines
Additional classification ( cpv ): 34144500 Vehicles for refuse and sewage
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42900000 Miscellaneous general and special-purpose machinery
Additional classification ( cpv ): 42990000 Miscellaneous special-purpose machinery
Additional classification ( cpv ): 42997000 Pipeline machinery
Additional classification ( cpv ): 43132400 Line equipment

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/06/2027
Duration end date : 30/06/2032

5.1.5 Value

Estimated value excluding VAT : 4 000 000 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 Minimum qualification requirements Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Description of the requirement/documentation: Description of requirements/documentation: Requirement: Tenderers shall have the financial ability to fulfil the contract. Documentation: As documentation, the Contracting Authority will obtain the credit rating Commercial Delphi Score from Experian (the contracting authority subscribes to services from Experian). Tenderers must achieve a minimum rating of "credit worthy", which means that the tenderer must be in risk class 5 or higher on experians scale. It is a prerequisite that the tenderer has known registered information about the company and consents by submitting the tender for the information to be collected and used as a basis for assessing the tenderer's financial conditions. If the Contracting Authority cannot find a credit rating of each company in Experian, or the credit rating is not in accordance with the required rating, the Contracting Authority will attempt to cover its documentation need in another way. The contracting authority can, for example, assess whether the financial ability is satisfactory based on the other information that is available in the system from Experian, or request other documentation that confirms that the tenderer has the financial ability to fulfil the contract. Tax and VAT Tenderers are required not to have significant tax or VAT arrears, or an approved repayment plan exists. Tenderers shall, together with their tender, document this by submitting a tax and VAT certificate, or an approved repayment plan. The certificate shall not be older than 6 months from the tender deadline. Tenderers can order such certificates themselves through Altinn.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important 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 Minimum qualification requirements Description of requirements/documentation: Minimum requirements for qualification requirements Description of requirements/documentation: Requirement: Experience from equivalent assignments is required. Equivalent assignments mean that the tenderer has built an equivalent pipe inspection vehicle as described in this competition. A very good ability to deliver is required. Documentation proof: Tenderers shall, together with their tender, present a list of the 3 most important deliveries or services performed in the last five years, which shall as a minimum contain: - Brief description of the assignment - Size or value of the deliveries - Date (contract period) - Name of the customers and a short description of them, as well as telephone, email and the name of a gender neutral preferred at the customer. It is the tenderer ́s responsibility to document relevance through the description. The references will be contacted if necessary.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Minimum qualification requirements Minimum qualification requirements Description of requirements/documentation: Requirement: The tenderer shall have the necessary capacity and competence to meet the needs of this assignment. Documentation: Tenderers shall, together with their tender, present staffing/key persons in the company who will be responsible for the assignment.
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Minimum qualification requirements Minimum qualification requirements Description of requirements/documentation: Requirement: Tenderers shall have an environmental management system to ensure that the tenderer is suitable to fulfil the environmental requirements set in the tender documentation and the contract terms. Documentation: Tenderers shall, together with their tender, provide a brief account, a maximum of one (1) A4 page, stating the tenderer's stated environmental goals, environmental work status in their own business and planned measures, of relevance to this contract. Alternatively, the requirement can be documented fulfilled by fulfilling the documentation requirements as stated in field D and "Certificates issued by independent bodies for environmental management standards".
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is 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 Minimum qualification requirements Description of the requirement/documentation: See the requirements in field C "Environmental Management Measures". As documentation, certificates of relevant environmental certification such as ISO 14001 or EMAS, Miljøfyrtårn or other documentation must be presented with the tender. Alternatively, requirements for environmental management measures can be fulfilled by documentation requirements as stated in field C "Environmental Management Measures".

5.1.11 Procurement documents

Deadline for requesting additional information : 04/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256124286.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 : 16/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 16/06/2025 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 : Required
Electronic ordering will be used : no
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 : Sør-Rogaland tingrett -
Organisation providing more information on the review procedures : Sør-Rogaland tingrett -

8. Organisations

8.1 ORG-0001

Official name : Stavanger kommune
Registration number : 964965226
Postal address : Postboks 8001
Town : STAVANGER
Postcode : 4068
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Seyfi Akinci
Telephone : +47 51507090
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : Sør-Rogaland tingrett
Department : Sør-Rogaland tingrett
Town : stavanger
Postcode : 4010
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 6c3f28be-f49d-443d-b4a9-27143880f21e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/05/2025 10:37 +00:00
Notice dispatch date (eSender) : 05/05/2025 12:19 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00289182-2025
OJ S issue number : 87/2025
Publication date : 06/05/2025