Procurement of a fire engine

Lyngen municipality plans to procure a new or newer used fire engine, the vehicle is planned to be stationed in the outer Lyngen area. As the fire preparedness in the municipality will be reduced until a new fire engine is in place, a short tender deadline will therefore be set. …

CPV: 34144210 Brandkøretøjer, 34144212 Brandkøretøjer med vandtank, 34144213 Brandbiler
Frist:
23. juni 2025 10:00
Type af frist:
Afgivelse af et tilbuddet
Henrettelsessted:
Procurement of a fire engine
Tildelende organ:
Lyngen Kommune
Tildelingsnummer:
21/2444

1. Buyer

1.1 Buyer

Official name : Lyngen 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 fire engine
Description : Lyngen municipality plans to procure a new or newer used fire engine, the vehicle is planned to be stationed in the outer Lyngen area. As the fire preparedness in the municipality will be reduced until a new fire engine is in place, a short tender deadline will therefore be set. The contract is subject to political decisions. As the grant case will not be processed before June 18, the funding is subject to funding. Political processing of financing is planned to be dealt with before the tender deadline expires, so the intention is that the delivery will be awarded by 23.06.2025. The contracting authority reserves the right, therefore, to reject the tender if political approval is lacking.
Procedure identifier : cb002ee2-ecab-40f4-9f6c-d09e02a0b7a7
Internal identifier : 21/2444
Type of procedure : Open
The procedure is accelerated : yes
Justification for the accelerated procedure : The municipality currently has a Scania from 1988 that is stationed in Nord-Lenangen, in connection with periodic maintenance this winter, several errors had to be rectified. During the introduction to the repair work, it turned out that the errors were of such severity that the repairs would be disproportionately costly, while not being able to exclude further repairs in the near future. The vehicle currently appears to be very uncertain operationally, which can mean a sudden stoppage. Fire hazards cannot be excluded during use as relatively large oil leaks are uncovered that cannot be improved without costly, demanding and result-uninsured repairs. Lyngen municipality is therefore publishing a tender contest for the procurement of a new or newer used fire engine, the cost limit is NOK 3.4 million excluding VAT. As the fire preparedness in the municipality will be reduced until a new fire engine is in place, a short tender deadline cf. The Public Procurement Regulations § 20-2 (3).
Main features of the procedure : 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. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1).

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144212 Water-tender vehicles
Additional classification ( cpv ): 34144210 Firefighting vehicles
Additional classification ( cpv ): 34144213 Fire engines

2.1.2 Place of performance

Anywhere
Additional information : The contracting authority will collect

2.1.3 Value

Estimated value excluding VAT : 3 400 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 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 fire engine
Description : Lyngen municipality plans to procure a new or newer used fire engine, the vehicle is planned to be stationed in the outer Lyngen area. As the fire preparedness in the municipality will be reduced until a new fire engine is in place, a short tender deadline will therefore be set. The contract is subject to political decisions. As the grant case will not be processed before June 18, the funding is subject to funding. Political processing of financing is planned to be dealt with before the tender deadline expires, so the intention is that the delivery will be awarded by 23.06.2025. The contracting authority reserves the right, therefore, to reject the tender if political approval is lacking.
Internal identifier : 21/2444

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144212 Water-tender vehicles
Additional classification ( cpv ): 34144210 Firefighting vehicles
Additional classification ( cpv ): 34144213 Fire engines
Quantity : 1 piece
Options :
Description of the options : Complete wheeled winter tyres with spikes.

5.1.2 Place of performance

Anywhere
Additional information : The contracting authority will collect

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 3 400 000 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

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.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : 70% - see the tender documentation.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 1
Criterion :
Type : Quality
Name : Quality
Description : 30 % - see the tender documentation.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/06/2025 10:00 +00:00
Ad hoc communication channel :
Name : All kommunikasjon skjer i EU Supply

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 23/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 30 Day
Information about public opening :
Opening date : 23/06/2025 10:00 +00:00
Place : Lyngen municipality
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : 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 : Nord-Troms og Senja tingrett -
Information about review deadlines : Nord-Troms and Senja District Court Post box 2510 9270 Tromsø tntspost@domstol.no
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Nord-Troms og Senja tingrett -
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Nord-Troms og Senja tingrett -
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Nord-Troms og Senja tingrett -
Organisation providing additional information about the procurement procedure : Lyngen Kommune -
Organisation providing offline access to the procurement documents : Lyngen Kommune -
Organisation receiving requests to participate : Lyngen Kommune -
Organisation processing tenders : Lyngen Kommune -

8. Organisations

8.1 ORG-0001

Official name : Lyngen Kommune
Registration number : 840014932
Department : Troms fylke
Postal address : Strandveien 24
Town : Lyngseidet
Postcode : 9060
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Contact point : Tim Jegervatn
Telephone : +47 40028552
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Nord-Troms og Senja tingrett
Registration number : 926 723 022
Department : Nord-Troms og Senja tingrett
Postal address : Postboks 2510
Town : Tromsø
Postcode : 9270
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Telephone : +47 77603400
Internet address : https://www.domstol.no/
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : 398d30a3-84a6-4683-86da-fb40fe74f6e0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/06/2025 07:00 +00:00
Notice dispatch date (eSender) : 09/06/2025 07:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00375606-2025
OJ S issue number : 110/2025
Publication date : 11/06/2025