Procurement - 2 refuse collection vehicles, Attvin, 2025

The contracting authority would like to use this procurement to enter into a contract with one tenderer. The aim of the contract is to cover the contracting authority ́s need for the purchase of two new complete refuse collection vehicles, i.e. with the new chassis and additions, in accordance with …

CPV: 34144510 Vehicles for refuse, 34144000 Special-purpose motor vehicles, 34144500 Vehicles for refuse and sewage, 34144511 Refuse-collection vehicles, 50100000 Repair, maintenance and associated services of vehicles and related equipment, 50110000 Repair and maintenance services of motor vehicles and associated equipment, 50114000 Repair and maintenance services of trucks
spriocdháta:
DFómh. 20, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Procurement - 2 refuse collection vehicles, Attvin, 2025
clárlann:
Attvin AS
uimhir dámhachtana:
25/11327

1. Buyer

1.1 Buyer

Official name : Attvin AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement - 2 refuse collection vehicles, Attvin, 2025
Description : The contracting authority would like to use this procurement to enter into a contract with one tenderer. The aim of the contract is to cover the contracting authority ́s need for the purchase of two new complete refuse collection vehicles, i.e. with the new chassis and additions, in accordance with the requirement specifications. There shall be 1 two-axled vehicle and one 3-axled vehicle. Both vehicles shall be back loaders. Complete vehicles, i.e. the chassis and addition, shall be in accordance with EN 1501-1. The vehicles shall be used for emptying waste from waste containers in different geographical areas. The vehicles must be adapted to this service and endure very high stress with a lot of starts and stops etc.
Procedure identifier : 51e87b09-b740-4ec9-9a75-d930b7d8a526
Internal identifier : 25/11327
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144510 Vehicles for refuse
Additional classification ( cpv ): 34144000 Special-purpose motor vehicles
Additional classification ( cpv ): 34144500 Vehicles for refuse and sewage
Additional classification ( cpv ): 34144511 Refuse-collection vehicles
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 50110000 Repair and maintenance services of motor vehicles and associated equipment
Additional classification ( cpv ): 50114000 Repair and maintenance services of trucks

2.1.2 Place of performance

Anywhere
Additional information : The final product (vehicles) shall be delivered to a customer who is located in Ålesund municipality.

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement - 2 refuse collection vehicles, Attvin, 2025
Description : The contracting authority would like to use this procurement to enter into a contract with one tenderer. The aim of the contract is to cover the contracting authority ́s need for the purchase of two new complete refuse collection vehicles, i.e. with the new chassis and additions, in accordance with the requirement specifications. There shall be 1 two-axled vehicle and one 3-axled vehicle. Both vehicles shall be back loaders. Complete vehicles, i.e. the chassis and addition, shall be in accordance with EN 1501-1. The vehicles shall be used for emptying waste from waste containers in different geographical areas. The vehicles must be adapted to this service and endure very high stress with a lot of starts and stops etc.
Internal identifier : 25/11327

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144510 Vehicles for refuse
Additional classification ( cpv ): 34144000 Special-purpose motor vehicles
Additional classification ( cpv ): 34144500 Vehicles for refuse and sewage
Additional classification ( cpv ): 34144511 Refuse-collection vehicles
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 50110000 Repair and maintenance services of motor vehicles and associated equipment
Additional classification ( cpv ): 50114000 Repair and maintenance services of trucks
Options :
Description of the options : Remote control of features. Service agreements. See detailed information in the requirement specification.

5.1.2 Place of performance

Anywhere
Additional information : The final product (vehicles) shall be delivered to a customer who is located in Ålesund municipality.

5.1.3 Estimated duration

Other duration : Unknown

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 : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Weighting: The award criteria is weighted 70%.  Orientation: Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. Under this award criteria, "total sum that will be used in the award criteria Price" will be assessed, c.f. the price form. Price = complete vehicle in accordance with the requirement specification, including costs connected to meetings, travel in connection with hand over, etc., in accordance with the requirement specifications if otherwise not in the requirement specification. All travel expenses shall be included in the offered price, unless otherwise stated in the requirement specification. Evaluation: When assessing the price, a hybrid model with break point 1 will be used. The attached template for the evaluation model is attached. (Remember to attach a template) The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment
Description : Weighting:  The award criteria is weighted 30%. The award criteria consists of the following sub-criteria: The sub-criterion environmental management will be weighted 20% of this award criteria. The under-criteria guarantee is weighted 80% of this award criteria. Orientation: Environmental management system: The contracting authority would like tenderers to have procedures and systems that ensure a low environmental impact, by ensuring that the tenderer is certified for environmental management in the form of third-party certification such as ISO 14001, EMAS, Miljøfyrtårn or equivalent. This is to as far as possible ensure a production that safeguards climate and environmental considerations. Tenderers who have an environmental management system will be paid this out. Warranty:  In order to ensure that the contracting authority ́s need was covered in this procurement, it was not possible to procure electric vehicles. In order to achieve the lowest possible environmental impact, the contracting authority would like a vehicle that has the longest possible shelf life and lifetime. Tenderers shall guarantee that materials shall retain their functionality with normal use as a minimum in the time periods stated in the tender. The guarantee shall also cover defects of material or fabrication errors. The guarantee period will apply from the delivery date and it will last according to the tender. Warranty time means the period in which the tenderer undertakes, without additional costs, to repay the entire purchase price or return, improve or otherwise rectify defects in all parts of the product. All expenses connected to guarantee cases, including travel, shall be covered by the tenderer. - Tenderers shall state what is included in the guarantee beyond the above mentioned requirement and the length of the guarantee given for the vehicles. Evaluation: The sub-criterion environmental management system: Tenderers who can document that they are certified for environmental management in the form of third party certification such as ISO 14001, EMAS, Miljøfyrtårn or equivalent will be awarded 10 points. Tenderers who cannot document this will be awarded 0 points on this sub-criteria. Sub-criterion guarantee: Assessed on the tenderer ́s description of the award criteria. A procurement assessment will be made when evaluating the described system. Tenderers who can offer the best guarantee terms, both as regards content and duration, will get the highest rating for this. Best tenders for this award criteria shall have the highest score (10). Other tenders will be awarded a relative point score based on the offered system. If none of the tenderers achieve the highest score (10) by summing up the points scores for the sub-criteria, the contracting authority will add an equal percentage mark-up for all tenderers so that the best tenderer shall achieve a point score of 10. The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Deadline for requesting additional information : 09/10/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=69619

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
Deadline for receipt of tenders : 20/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 20/10/2025 10:01 +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 : 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 : Møre og Romsdal tingrett
Information about review deadlines : In accordance with the regulations.

8. Organisations

8.1 ORG-0001

Official name : Attvin AS
Registration number : 922025096
Department : Innkjøp
Postal address : Alvikvegen 194
Town : Ålesund
Postcode : 6019
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Guro Hanche-Olsen
Telephone : +47
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 68455e5d-ca30-41d9-b0ab-e528ecb76a32 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/09/2025 08:13 +00:00
Notice dispatch date (eSender) : 17/09/2025 08:13 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00610635-2025
OJ S issue number : 179/2025
Publication date : 18/09/2025