PROCUREMENT OF A TRUCK WITH A HOOK LIFT

The assignment involves the procurement of a lorry with a hook lift for delivery June 2026. The assignment involves the procurement of a lorry with a hook lift for delivery June 2026.

CPV: 34130000 Motor vehicles for the transport of goods, 34140000 Heavy-duty motor vehicles, 34144510 Vehicles for refuse, 42414410 Cranes for trucks
spriocdháta:
Meith. 27, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
PROCUREMENT OF A TRUCK WITH A HOOK LIFT
clárlann:
Søre Sunnmøre Reinhaldsverk IKS
uimhir dámhachtana:
250527

1. Buyer

1.1 Buyer

Official name : Søre Sunnmøre Reinhaldsverk IKS
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 TRUCK WITH A HOOK LIFT
Description : The assignment involves the procurement of a lorry with a hook lift for delivery June 2026.
Procedure identifier : 25e11a0a-41be-42e1-a04f-4c7eb728f769
Internal identifier : 250527
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34140000 Heavy-duty motor vehicles
Additional classification ( cpv ): 34130000 Motor vehicles for the transport of goods
Additional classification ( cpv ): 34144510 Vehicles for refuse
Additional classification ( cpv ): 42414410 Cranes for trucks

2.1.2 Place of performance

Postal address : Smårisevadet 20
Town : ULSTEINVIK
Postcode : 6065
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : The assignment involves the procurement of a lorry with a hook lift for delivery June 2026.

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).
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 TRUCK WITH A HOOK LIFT
Description : The assignment involves the procurement of a lorry with a hook lift for delivery June 2026.
Internal identifier : 250527

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34140000 Heavy-duty motor vehicles
Additional classification ( cpv ): 34130000 Motor vehicles for the transport of goods
Additional classification ( cpv ): 34144510 Vehicles for refuse
Additional classification ( cpv ): 42414410 Cranes for trucks

5.1.2 Place of performance

Postal address : Smårisevadet 20
Town : ULSTEINVIK
Postcode : 6065
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : The assignment involves the procurement of a lorry with a hook lift for delivery June 2026.

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Financial ratio
Description : 3.1 General The aim of setting requirements for the tenderers ́ qualifications is to ensure that the tenderer is able to fulfil a contract. Tenderers can be rejected if the documentation and references show that this is not comparable. If a tenderer is aware that the information in accordance with the qualification requirements can provide uncertainties as to whether the tenderer is unable to fulfil a contract, relevant information should be enclosed with the tender. All requirements must be fulfilled in order for the tenderer to be qualified. 3.2 Mandatory and non-surgical requirements. Due to new procurement regulations from 1.1.2017 (see the new procurement regulations § 17-1), the European "ESPD service" shall be used to qualify the tenderer for the assignment. I.e. the tenderer shall electronically respond to the ESPD enquiry that the assignment submits to the tender documentation (the form is an integrated part of the "KGV light"). 3.3 Tax and VAT certificate. Demand: Tenderers must have their affairs in order with respect to the payment of tax, employer contribution and VAT in accordance with the law. Documentation requirement: Norwegian tenderers: Tax and VAT certificate. The certificate shall not be older than six months from the tender deadline. Any arrears or other misconditioned must be founded. For foreign tenderers: Tenderers who are not established in Norway shall submit equivalent documentation from the public doctor in the country where the tenderer is established. The certificate shall preferably be in Norwegian, but it can be accepted in Swedish, Danish and English. 3.4 Financial and economic position (submitting a credit rating) Documentation requirement: Tenderers must have sufficient financial capacity to fulfil the contract. The tenderer shall submit a credit rating from 'Creditinform' or equivalent. The rating shall not be older than 6 months. Tenderers shall be credit worthy. Newly established companies: Newly established companies that have not built up a basis for credit rating, must enclose a declaration from a bank or similar financing institution regarding the company's financial and economic position. This also applies to foreign tenderers.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : It is the price of the vald delivery that will be the basis for the price evaluation.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 250 527
Criterion :
Type : Quality
Name : Functionality
Description : We will assess the design and functionality of the proposed permits for the different points in the requirement specifications. The minimum requirements in the requirement specification are completed, however, minor and non-accidental deviations can be acceptable. The evaluation requirement (EV) will be evaluated during the evaluation of the allocation criteria.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 250 527
Criterion :
Type : Quality
Name : Service
Description : Access to service will be assessed under this point. It will be seen as positive if tenderers take such repairs and service in the local area in the afternoon/evening so that the vehicles can go into normal operation during the day.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 250 527
Criterion :
Type : Quality
Name : Delivery
Description : All tenderers will get a full point score at the end of June 2026. Seinare delivery time will result in a point deduction, equivalent to 2 points per started month.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 250 527
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 : 18/06/2025 10:00 +00:00

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 : 27/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 90 Day
Information about public opening :
Opening date : 27/06/2025 11:00 +00:00
Place : Smårisevadet 20, 6065 ULSTEINVIK
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
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

Mediation organisation : Møre og romsdal tingrett -
Review organisation : Møre og romsdal tingrett -
Information about review deadlines : 10.07.2025
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Møre og romsdal tingrett -
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Møre og romsdal 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 : Møre og romsdal tingrett -
Organisation providing additional information about the procurement procedure : Søre Sunnmøre Reinhaldsverk IKS -
Organisation providing offline access to the procurement documents : Søre Sunnmøre Reinhaldsverk IKS -
Organisation providing more information on the review procedures : Søre Sunnmøre Reinhaldsverk IKS -
Organisation receiving requests to participate : Søre Sunnmøre Reinhaldsverk IKS -
Organisation processing tenders : Søre Sunnmøre Reinhaldsverk IKS -

8. Organisations

8.1 ORG-0001

Official name : Søre Sunnmøre Reinhaldsverk IKS
Registration number : 987570970
Postal address : Smårisevadet 20
Town : Ulsteinvik
Postcode : 6065
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Jostein Husøy
Telephone : +47 90923103
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Møre og romsdal tingrett
Registration number : 926723200
Department : Molde
Postal address : Julsundvegen 9
Town : MOLDE
Postcode : 6412
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Møre og romsdal tingrett
Telephone : +47 70 33 47 00
Internet address : https://www.domstol.no
Roles of this organisation :
Review organisation
Mediation 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

8.1 ORG-0003

Official name : Søre Sunnmøre Reinhaldsverk IKS
Registration number : Søre Sunnmøre Reinhaldsverk IKS
Department : Søre Sunnmøre Reinhaldsverk IKS
Postal address : Smårisevadet 20
Town : ULSTEINVIK
Postcode : 6065
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Jostein Husøy
Telephone : +4770007050
Roles of this organisation :
Buyer
Notice information
Notice identifier/version : 27ec45b3-25e3-44e5-b427-9d90dbd314db - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/05/2025 10:00 +00:00
Notice dispatch date (eSender) : 29/05/2025 10:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00354325-2025
OJ S issue number : 104/2025
Publication date : 02/06/2025