Emergency vehicles, type of tank lorry for Haugesund Fire Brigade.

Haugesund municipality intends to enter into a contract for a tank lorry for Haugesund Fire Brigade, with an accompanying service agreement. Haugesund municipality is a municipality in Rogaland county. Haugesund has a typical coastal climate. The topography is partly hilly with some steep climbs in some residential areas. The road …

CPV: 34133100 Cisterne, 34000000 Oprema i pomoćni proizvodi u prijevozu, 34100000 Motorna vozila, 34110000 Osobni automobili, 34114000 Vozila za posebne namjene, 34114100 Interventna vozila, 34130000 Motorna vozila za prijevoz robe, 34133000 Zglobna teretna vozila
rok:
3. studenoga 2025. 11:00
vrsta roka:
nadmetanje
mjesto izvršenja:
Emergency vehicles, type of tank lorry for Haugesund Fire Brigade.
registar:
Haugesund Kommune
nagradni broj:
2025/23186

1. Buyer

1.1 Buyer

Official name : Haugesund Kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Emergency vehicles, type of tank lorry for Haugesund Fire Brigade.
Description : Haugesund municipality intends to enter into a contract for a tank lorry for Haugesund Fire Brigade, with an accompanying service agreement. Haugesund municipality is a municipality in Rogaland county. Haugesund has a typical coastal climate. The topography is partly hilly with some steep climbs in some residential areas. The road standard consists of asphalted county roads and gravel roads. The tanker that shall now be procured shall be a support force and placed at the fire station in central Haugesund. The station in Haugesund has 24 hour capacity. The costs are subject to the budgeted limits and grants for the procurement. The tank lorry shall be delivered with an engine type Euro 6 diesel engine, as the fully electric lorry does not cover our requirements. readiness. See Part II Annex 1 - Requirement Specifications for further information and detailed requirements for the delivery.
Procedure identifier : b3ee6c5c-dc95-4ca5-a742-d1e575a50b5e
Internal identifier : 2025/23186
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Haugesund municipality intends to enter into a contract for a tank lorry for Haugesund Fire Brigade, with an accompanying service agreement. The tanker that shall now be procured shall be a support force and placed at the fire station in central Haugesund. The station in Haugesund has 24 hour capacity. The costs are subject to the budgeted limits and grants for the procurement. The tank lorry shall be delivered with an engine type Euro 6 diesel engine, as the fully electric lorry does not cover our requirements. readiness. See Part II Annex 1 - Requirement Specifications, this procurement is carried out in accordance with the Act 17 June 2016 no. 73 on public procurements (LOA) and the regulations from 12 August 2016 no. 974 on public procurements (FOA). The procurement will be carried out as an open tender contest in accordance with PPR parts I and III. This procedure gives all interested tenderers the possibility to submit tender offers. Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with PPR § 24-8 (1) letter b. The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties or similar that must not be considered insignificant, cf. the Public Procurement Regulations § 24-8 (2) letter a. Tenderers are therefore strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly ask questions about uncertainties via Mercell.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34133100 Tankers
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34114000 Specialist vehicles
Additional classification ( cpv ): 34114100 Emergency vehicles
Additional classification ( cpv ): 34130000 Motor vehicles for the transport of goods
Additional classification ( cpv ): 34133000 Articulated trucks

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - This procurement will be carried out in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the regulation 12 August 2016 no. 974 on public procurements (FOA). The procurement will be carried out as an open tender contest in accordance with PPR parts I and III. This procedure gives all interested tenderers the possibility to submit tender offers.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), Procurement Document, 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 : Emergency vehicles, type of tank lorry for Haugesund Fire Brigade.
Description : Haugesund municipality intends to enter into a contract for a tank lorry for Haugesund Fire Brigade, with an accompanying service agreement. Haugesund municipality is a municipality in Rogaland county. Haugesund has a typical coastal climate. The topography is partly hilly with some steep climbs in some residential areas. The road standard consists of asphalted county roads and gravel roads. The tanker that shall now be procured shall be a support force and placed at the fire station in central Haugesund. The station in Haugesund has 24 hour capacity. The costs are subject to the budgeted limits and grants for the procurement. The tank lorry shall be delivered with an engine type Euro 6 diesel engine, as the fully electric lorry does not cover our requirements. readiness. See Part II Annex 1 - Requirement Specifications for further information and detailed requirements for the delivery.
Internal identifier : 2025/23186

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34133100 Tankers
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34114000 Specialist vehicles
Additional classification ( cpv ): 34114100 Emergency vehicles
Additional classification ( cpv ): 34130000 Motor vehicles for the transport of goods
Additional classification ( cpv ): 34133000 Articulated trucks

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 17 Month

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD), Procurement Document

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall fill in the price form, see Part II Annex 3 - Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : The contracting authority will consider the following under the award criteria "Quality": 1) The tenderer's fulfilment of the ought requirements (B-requirements) in Part II Annex 1 - Requirement Specifications. 2) The tenderer ́s guarantee scheme and warranty period on the chassis, body and installed equipment beyond the minimum guarantee period of two years in accordance with NS 8407. Part II Annex 1 - Requirement Specification point 5.1.6. 3) The tenderer ́s service contract and system for repairs beyond the minimum requirements given in Part II Annex 1 - Requirement Specifications point 5.7.1 and 5.7.2. Documentation requirement: Documentation for point 1: The tenderer ́s fulfilment of the ought requirements in Part II Annex 1 - Requirement Specifications, this the following requirements apply: • 5.2.2 • 5.2.3 • 5.2.9 • 5.2.12 • 5.4.1 The tenderer ́s response to point 1 is documented by a supplementary column "Requirement Fulfilment (YES/NO)" and "Solution Proposal" in Part II Annex 1 - Requirement Specification. Documentation for point 2: A description of the tenderer ́s guarantee scheme and the stated guarantee period for the chassis, body and installed equipment. Documentation for point 3: A description of the tenderer's service agreement and solution for repairs beyond the requirements stated in Part II Annex 1 - Requirement Specification, including descriptions of, among other things: • How the duty scheme is organised and staffed • Distance to available workshop • Which stores of spare parts the tenderer can use in Norway, with a statement of the quantity and location • Routines for the delivery of spare parts, including delivery from stores in Norway and from any collaborating partners. • How the tenderer will more concretely manage the breakdown of the vehicle and the contractor ́s response to points 2 and 3 documented by a detailed description of the following annex: Part II Annex 2 - The tenderer's solution description. See Annex 2 for information on page number limitations for replies to points 2 and 3.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Climate and environment
Description : Under the award criteria 'Climate and environment', the contracting authority will assess following: 1) How the tenderer takes climate and environment considerations into consideration in connection with production (including choice of materials), delivery and maintenance of the tanker, with emphasis on, among other things: • The tanker ́s environmental profile, including which materials the tanker is made from. 2) Whether the tanker can be disassembled and reused after the lifetime has ended. This can include, among other things, how much can be separated into recyclable parts and how easy it is to separate the recyclable parts from the tanker. Documentation requirement: Documentation requirement for point 1: A description of how the tenderer takes climate and environment considerations into consideration in relation to production (including choice of materials), delivery and maintenance of the tanker. Documentation requirement for point 2: A description of how the tanker can be disassembled and reused after its lifetime, including, among other things, how much can be separated into recyclable parts and how easily it is to separate the recyclable parts from the tank lorry. The tenderer ́s responses to points 1 and 2 are documented by a supplement of Part II Annex 2 - the tenderer ́s solution description. See Annex 2 for information on page number limitations for replies to points 1 and 2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/10/2025 14:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266767303.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
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 : 03/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 03/11/2025 11:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
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 : Haugaland og Sunnhordland tingrett
Information about review deadlines : The waiting period shall be at least 10 days calculated from the day after the notification on the chosen tenderer has been sent.

8. Organisations

8.1 ORG-0001

Official name : Haugesund Kommune
Registration number : 944073787
Postal address : Postboks 2160
Town : HAUGESUND
Postcode : 5528
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Maria Victoria Iversen
Telephone : +47 4122142
Fax : +47 52743252
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Haugaland og Sunnhordland tingrett
Registration number : 974736705
Town : Haugesund
Postcode : 5528
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 70 14 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 29ea4d26-69cc-4ebd-b3f4-9f6f90cd31bc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/09/2025 14:03 +00:00
Notice dispatch date (eSender) : 01/10/2025 07:26 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00644960-2025
OJ S issue number : 189/2025
Publication date : 02/10/2025