Compactor vehicle HAFkomp25_mai

The contracting authority shall procure one fully electric compactor vehicle with two chambers for efficient waste management. The vehicle shall have approx. 70/30 chamber distribution, be back loaded and adapted for the collection of fractions such as residue waste, food waste, cardboard/paper, plastic packaging, as well as glass and metal …

CPV: 34000000 Vervoersmaterieel en bijbehorende producten, 34100000 Motorvoertuigen, 34130000 Motorvoertuigen voor goederenvervoer, 34140000 Zware motorvoertuigen, 34144511 Vuilniswagens, 34144512 Vuilniscompacteerwagens
Deadline:
26 juni 2025 07:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
Compactor vehicle HAFkomp25_mai
Toekennende instantie:
Helgeland Avfallsforedling IKS
Gunningsnummer:
HAFkomp25

1. Buyer

1.1 Buyer

Official name : Helgeland Avfallsforedling 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 : Compactor vehicle HAFkomp25_mai
Description : The contracting authority shall procure one fully electric compactor vehicle with two chambers for efficient waste management. The vehicle shall have approx. 70/30 chamber distribution, be back loaded and adapted for the collection of fractions such as residue waste, food waste, cardboard/paper, plastic packaging, as well as glass and metal packaging in Rana municipality. The vehicle shall contribute to reducing greenhouse gas emissions and local pollution, as well as ensuring efficient operation by enabling the simultaneous collection of two types of waste on one route. The vehicle shall be suitable for municipal waste collection in densely populated areas and scattered areas in Rana municipality. It is a requirement that the vehicle shall be able to operate in demanding driving conditions, including winter driving, steep slopes, narrow roads and trouble-proofed surfaces.
Procedure identifier : 597bd8db-3993-4292-8919-bfcbcb839bec
Internal identifier : HAFkomp25
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : See the detailed description in the tender documentation and Annex 2 Requirement Specifications.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144512 Refuse-compaction vehicles
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34130000 Motor vehicles for the transport of goods
Additional classification ( cpv ): 34140000 Heavy-duty motor vehicles
Additional classification ( cpv ): 34144511 Refuse-collection vehicles

2.1.2 Place of performance

Postal address : Nordre gate 21
Town : Mo i Rana
Postcode : 8622
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out as an open tender contest in accordance with the Public Procurement Act and the Public Procurement Regulations (FOA), parts I and part III.

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 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 : Compactor vehicle HAFkomp25_mai
Description : The contracting authority shall procure one fully electric compactor vehicle with two chambers for efficient waste management. The vehicle shall have approx. 70/30 chamber distribution, be back loaded and adapted for the collection of fractions such as residue waste, food waste, cardboard/paper, plastic packaging, as well as glass and metal packaging in Rana municipality. The vehicle shall contribute to reducing greenhouse gas emissions and local pollution, as well as ensuring efficient operation by enabling the simultaneous collection of two types of waste on one route. The vehicle shall be suitable for municipal waste collection in densely populated areas and scattered areas in Rana municipality. It is a requirement that the vehicle shall be able to operate in demanding driving conditions, including winter driving, steep slopes, narrow roads and trouble-proofed surfaces.
Internal identifier : HAFkomp25

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144512 Refuse-compaction vehicles
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34130000 Motor vehicles for the transport of goods
Additional classification ( cpv ): 34140000 Heavy-duty motor vehicles
Additional classification ( cpv ): 34144511 Refuse-collection vehicles

5.1.2 Place of performance

Postal address : Nordre gate 21
Town : Mo i Rana
Postcode : 8622
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 4 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

5.1.7 Strategic procurement

Green Procurement Criteria : National Green Public Procurement criteria
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 : Enrolment in a trade register
Description : Qualification requirement 1: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Qualification requirement 2: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 19/06/2025 12:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257871935.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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 26/06/2025 07:00 +00:00
Deadline until which the tender must remain valid : 93 Day
Information about public opening :
Opening date : 26/06/2025 12:00 +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

Review organisation : Helgeland tingrett -
Information about review deadlines : See the waiting period, ten days
Organisation receiving requests to participate : Helgeland Avfallsforedling IKS -
Organisation processing tenders : Helgeland Avfallsforedling IKS -

8. Organisations

8.1 ORG-0001

Official name : Helgeland Avfallsforedling IKS
Registration number : 971140496
Postal address : Nordre gate 21
Town : Mo i Rana
Postcode : 8622
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Berit Doseth
Telephone : +47 75198200
Fax : +47 75160279
Internet address : http://www.haf.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Helgeland tingrett
Registration number : 926 723 162
Postal address : Postboks 1024
Town : Mo i Rana
Postcode : 8602
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 75 43 17 40
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : bb4f91e9-22a6-48f1-bb6e-dcde681e38d9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/05/2025 12:03 +00:00
Notice dispatch date (eSender) : 23/05/2025 12:29 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00347448-2025
OJ S issue number : 103/2025
Publication date : 30/05/2025