Procurement of two large goods vans with the accompanying fittings (1 water vehicle and 1 sewage vehicle) Option for 1 electric goods van.

Vestvågøy municipality, the contracting authority, invites tenderers to an open tender contest for the procurement of 3 new goods vans, one of which is the option, which shall function in the municipal water and sewage service. Vestvågøy municipality, which has approx. 11,500 inhabitants, is characterised topographically by changing terrain, partly …

CPV: 34100000 Gépjárművek, 34133100 Tartálykocsik, 34144000 Különleges célú gépjárművek, 34144500 Hulladék- és szennyvízszállító járművek
Határidő:
2025. június 6. 10:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Procurement of two large goods vans with the accompanying fittings (1 water vehicle and 1 sewage vehicle) Option for 1 electric goods van.
Díjat odaítélő szervezet:
Vestvågøy kommune
Díj száma:
25/221

1. Buyer

1.1 Buyer

Official name : Vestvågøy 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 two large goods vans with the accompanying fittings (1 water vehicle and 1 sewage vehicle) Option for 1 electric goods van.
Description : Vestvågøy municipality, the contracting authority, invites tenderers to an open tender contest for the procurement of 3 new goods vans, one of which is the option, which shall function in the municipal water and sewage service. Vestvågøy municipality, which has approx. 11,500 inhabitants, is characterised topographically by changing terrain, partly geographically scattered development and a changing, partly wet and rough climate.
Procedure identifier : 4043bf12-69bd-4a8e-85cc-d7ab32ea79d0
Internal identifier : 25/221
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Vestvågøy municipality would like tenders for 3 new goods vans, one of which is an option, which shall function in the municipal water and sewage service. The vehicle shall be used year round on all of the municipality's roads. This suggests that the cars must be operationally safe in winter on snow and ice-covered roads also in the event of bad snow clearing, and on all types of roads where inhabitants live. We would like tenders for both procurements with the stated price for each vehicle. See the requirement specifications for further details on the delivery.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144000 Special-purpose motor vehicles
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34133100 Tankers
Additional classification ( cpv ): 34144500 Vehicles for refuse and sewage

2.1.2 Place of performance

Postal address : Storgata 37
Town : Leknes
Postcode : 8376
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 3 750 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - 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). Negotiations are not allowed in this competition.

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of two large goods vans with the accompanying fittings (1 water vehicle and 1 sewage vehicle) Option for 1 electric goods van.
Description : Vestvågøy municipality, the contracting authority, invites tenderers to an open tender contest for the procurement of 3 new goods vans, one of which is the option, which shall function in the municipal water and sewage service. Vestvågøy municipality, which has approx. 11,500 inhabitants, is characterised topographically by changing terrain, partly geographically scattered development and a changing, partly wet and rough climate.
Internal identifier : 25/221

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144000 Special-purpose motor vehicles
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34133100 Tankers
Additional classification ( cpv ): 34144500 Vehicles for refuse and sewage

5.1.2 Place of performance

Postal address : Storgata 37
Town : Leknes
Postcode : 8376
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 60 Month

5.1.5 Value

Estimated value excluding VAT : 3 750 000 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

5.1.7 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 Other service contract

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order. • Tax certificate (from the tax collector) (not older than six months). • VAT certificate (from the tax office) (not older than six months). • Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities.
Criterion : Environmental management measures
Description : To ensure compliance with environmentally relevant requirements in the contract, tenderers are required to have sufficient environmental competence and procedures for quality assurance of the services covered 1. Is a person designated as an environmental responsible in the company? a. Yes/No 2. Does the company have annual environmental goals and an environmental action plan? a. Yes/No If the answer is no to question one or two, the tenderer is obligated to ensure that this is in place at least 6 months after the contract has been signed and unsolicited to the contracting authority. If the answer is yes, the tenderer is obliged to submit documentation of the contracting authority ́s enquiry throughout the entire contract period.
Criterion : Other economic or financial requirements
Description : Tenderers shall be a legally established company • Norwegian companies: Company Registration Certificate. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Tenderers must have the financial capacity to carry out the assignment/contract • Annual Accounts, including the board ́s annual report and the auditor ́s statement.

5.1.11 Procurement documents

Deadline for requesting additional information : 28/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256104409.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
Variants : Not allowed
Deadline for receipt of tenders : 06/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 06/06/2025 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 : 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

Mediation organisation : Salten og Lofoten tingrett -
Review organisation : Salten og Lofoten tingrett -
Organisation providing more information on the review procedures : Salten og Lofoten tingrett -

8. Organisations

8.1 ORG-0001

Official name : Vestvågøy kommune
Registration number : 942570619
Postal address : Postboks 203,
Town : Leknes
Postcode : 8376
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Kjersti Johansen
Telephone : +47 76056000
Fax : +47 76056001
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Salten og Lofoten tingrett
Registration number : 826723122
Department : Svolvær
Postal address : Postboks 322
Town : Bodø
Postcode : 8001
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Notice information
Notice identifier/version : fd34053c-66a4-496c-93e7-3ab1fd8d339b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/05/2025 11:11 +00:00
Notice dispatch date (eSender) : 09/05/2025 11:47 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00303156-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025