Fire lift with options

The procurement ́s value is estimated to: NOK 20,000,000 - NOK 30,000,000 excluding VAT. The volume is an estimate and is not binding for the contracting authority. See the procurement documents for further information. The contracting authority reserves the right to cancel the competition, i.a. in connection with budgetary coverage …

CPV: 34000000 Attrezzature di trasporto e prodotti ausiliari per il trasporto, 34144000 Autoveicoli per usi speciali, 34144200 Veicoli per servizi di emergenza, 34144210 Veicoli di lotta antincendio, 34144213 Veicoli antincendio
Scadenza:
Lunedì 13 Ottobre 2025 10:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
Fire lift with options
Ente di assegnazione:
Drammensregionens Brannvesen IKS
Numero di premio:
25225

1. Buyer

1.1 Buyer

Official name : Drammensregionens Brannvesen IKS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Fire lift with options
Description : The procurement ́s value is estimated to: NOK 20,000,000 - NOK 30,000,000 excluding VAT. The volume is an estimate and is not binding for the contracting authority. See the procurement documents for further information. The contracting authority reserves the right to cancel the competition, i.a. in connection with budgetary coverage and political approval. The procurement is for special vehicles for fire and rescuing services. Regulations on emission requirements for public procurement of vehicles for road transport (FOR-2022-12-20-2384) § 2 exempt such vehicles from the regulations. In addition, the Procurement Regulations § 7-9, opens the fifth paragraph that the obligation to set climate and environmental requirements does not apply "if the procurement, by its nature, has a climate footprint and an environmental impact that is immaterial". The environmental impact must be assessed in light of the total procurement in the entity and the vehicle ́s particular area of use for turn-out vehicles. Fire engines and lift vehicles are only used in acute stand-by situations and have a very low annual driving distance compared to ordinary transport vehicles. This means that the climate footprint over its lifetime is marginal in relation to the procurement ́s total purpose. Furthermore, it is a stand-by requirement that the vehicles shall always be able to deliver full performance in extreme operating conditions, regardless of temperature, load and available infrastructure. There are currently no zero emission alternatives that fulfil all the technical and operative requirements. Emphasising climate and environmental considerations with a minimum of 30% in the award phase will therefore not produce a real climate effect and can, in the worst case, weaken society's preparedness. Based on this, the environmental requirements are assessed in accordance with § 7-9 second and third paragraphs that are not applicable for this procurement, cf. § 7-9 fifth paragraph.
Procedure identifier : 1fba4ef3-43bc-4eea-80c3-7861ad12770f
Internal identifier : 25225
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The competition will be held in accordance with the Public Procurement Act from 17 June 2016 no. 73 (LOA), with the accompanying regulations of 12 August 2016 no. 974 (FOA), as well as the provisions in this tender documentation. The competition will be held as TED - open tender contest in accordance with the regulations Parts I and III. All interested tenderers can submit tenders for this type of procedure. Negotiations are not allowed. The procurement is announced in the DOFFIN and TED database.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34144000 Special-purpose motor vehicles
Additional classification ( cpv ): 34144200 Vehicles for the emergency services
Additional classification ( cpv ): 34144210 Firefighting vehicles
Additional classification ( cpv ): 34144213 Fire engines

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Fire lift with options
Description : The procurement ́s value is estimated to: NOK 20,000,000 - NOK 30,000,000 excluding VAT. The volume is an estimate and is not binding for the contracting authority. See the procurement documents for further information. The contracting authority reserves the right to cancel the competition, i.a. in connection with budgetary coverage and political approval. The procurement is for special vehicles for fire and rescuing services. Regulations on emission requirements for public procurement of vehicles for road transport (FOR-2022-12-20-2384) § 2 exempt such vehicles from the regulations. In addition, the Procurement Regulations § 7-9, opens the fifth paragraph that the obligation to set climate and environmental requirements does not apply "if the procurement, by its nature, has a climate footprint and an environmental impact that is immaterial". The environmental impact must be assessed in light of the total procurement in the entity and the vehicle ́s particular area of use for turn-out vehicles. Fire engines and lift vehicles are only used in acute stand-by situations and have a very low annual driving distance compared to ordinary transport vehicles. This means that the climate footprint over its lifetime is marginal in relation to the procurement ́s total purpose. Furthermore, it is a stand-by requirement that the vehicles shall always be able to deliver full performance in extreme operating conditions, regardless of temperature, load and available infrastructure. There are currently no zero emission alternatives that fulfil all the technical and operative requirements. Emphasising climate and environmental considerations with a minimum of 30% in the award phase will therefore not produce a real climate effect and can, in the worst case, weaken society's preparedness. Based on this, the environmental requirements are assessed in accordance with § 7-9 second and third paragraphs that are not applicable for this procurement, cf. § 7-9 fifth paragraph.
Internal identifier : 25225

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34144000 Special-purpose motor vehicles
Additional classification ( cpv ): 34144200 Vehicles for the emergency services
Additional classification ( cpv ): 34144210 Firefighting vehicles
Additional classification ( cpv ): 34144213 Fire engines

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 30 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Prices and Costs
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Service and delivery time
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Product quality and user friendliness
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.11 Procurement documents

Deadline for requesting additional information : 01/10/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=68862

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 13/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 87 Day
Information about public opening :
Opening date : 13/10/2025 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 : Buskerud tingrett
Information about review deadlines : -
Organisation providing more information on the review procedures : Drammensregionens Brannvesen IKS

8. Organisations

8.1 ORG-0001

Official name : Drammensregionens Brannvesen IKS
Registration number : 984054408
Department : Innkjøp
Postal address : Langes gate 11
Town : DRAMMEN
Postcode : 3044
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Jacob Sebastian Scheid
Telephone : +47
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826 726 342
Postal address : Postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Telephone : 32 21 16 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 81ea193f-657d-451a-826b-c91bd3974b7e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/09/2025 09:47 +00:00
Notice dispatch date (eSender) : 09/09/2025 09:53 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00590651-2025
OJ S issue number : 173/2025
Publication date : 10/09/2025