Procurement of a new truck with a hook lift

Tysvær municipality intends to procure a lorry with a hook lift including a 7 year service agreement. We would like a total price for vehicles with additions with specifications as listed in the annex requirement specification. The procurement also includes a price for a service contract. The vehicle will be …

CPV: 34142300 Pojazdy samowyładowcze, 34000000 Sprzęt transportowy i produkty pomocnicze dla transportu, 34100000 Pojazdy silnikowe, 34110000 Samochody osobowe, 34120000 Pojazdy silnikowe do transportu 10 lub więcej osób, 34130000 Pojazdy silnikowe do transportu towarów, 34140000 Wysokowydajne pojazdy silnikowe, 34142000 Ciężarówki wyposażone w dźwig i pojazdy samowyładowcze, 34142100 Pojazdy ciężarowe z ruchomą platformą, 34142200 Ładowarki przegubowe, 34143000 Pojazdy do utrzymania dróg w okresie zimy, 34144000 Pojazdy silnikowe specjalnego zastosowania
Termin:
20 czerwca 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Procurement of a new truck with a hook lift
Miejsce udzielenia zamówienia:
Tysvær Kommune
Numer nagrody:
2025/3236

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Procurement of a new truck with a hook lift
Description : Tysvær municipality intends to procure a lorry with a hook lift including a 7 year service agreement. We would like a total price for vehicles with additions with specifications as listed in the annex requirement specification. The procurement also includes a price for a service contract. The vehicle will be driven approx. 30,000 km per annum. The contract period will be set from the tentative date for signing the contract until the end of the service period. The municipality would also like an option for an equivalent vehicle delivered in 2026, given that the municipal council allocates funds for the purpose, at the same price, but index regulated for relevant price adjustments.                                                                                                                                            This shall initially be an equivalent vehicle, but with options for minor adjustments of equipment as agreed.
Procedure identifier : 84671b15-af97-4755-855b-0a25e91e8266
Internal identifier : 2025/3236
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The vehicle requirements are described in the requirement specification. The municipality would like delivery as soon as possible, the delivery time must be stated. The municipality sets mine. requirements regarding the environment for Euro-class 6. The municipality has assessed better than this - zero emission vehicles - as the award criteria, but landed on the environment being laid as a minimum requirement on Euro 6.Justification: Very difficult to obtain enough electricity for the Operations Department/storage (base) of the charging station for a truck. A lot of driving far out in the district without charging possibilities, Tysvær municipality is very large in area. A lot of driving with hanger, which will require extra electricity consumption. The vehicle shall also be used for snow clearing/winter stand-by, which will require additional electricity consumption. The vehicle is important on the municipality ́s stand-by. The award criteria are the lowest sum price (cf. the price form) 70% and driver comfort 30%.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34140000 Heavy-duty motor vehicles
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 ): 34120000 Motor vehicles for the transport of 10 or more persons
Additional classification ( cpv ): 34130000 Motor vehicles for the transport of goods
Additional classification ( cpv ): 34142000 Crane and dumper trucks
Additional classification ( cpv ): 34142100 Elevator-platforms trucks
Additional classification ( cpv ): 34142200 Skip loaders
Additional classification ( cpv ): 34142300 Dumper trucks
Additional classification ( cpv ): 34143000 Winter-maintenance vehicles
Additional classification ( cpv ): 34144000 Special-purpose motor vehicles

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 - Above the EEA threshold. Open tender contest.

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 : Procurement of a new truck with a hook lift
Description : Tysvær municipality intends to procure a lorry with a hook lift including a 7 year service agreement. We would like a total price for vehicles with additions with specifications as listed in the annex requirement specification. The procurement also includes a price for a service contract. The vehicle will be driven approx. 30,000 km per annum. The contract period will be set from the tentative date for signing the contract until the end of the service period. The municipality would also like an option for an equivalent vehicle delivered in 2026, given that the municipal council allocates funds for the purpose, at the same price, but index regulated for relevant price adjustments.                                                                                                                                            This shall initially be an equivalent vehicle, but with options for minor adjustments of equipment as agreed.
Internal identifier : 2025/3236

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34140000 Heavy-duty motor vehicles
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 ): 34120000 Motor vehicles for the transport of 10 or more persons
Additional classification ( cpv ): 34130000 Motor vehicles for the transport of goods
Additional classification ( cpv ): 34142000 Crane and dumper trucks
Additional classification ( cpv ): 34142100 Elevator-platforms trucks
Additional classification ( cpv ): 34142200 Skip loaders
Additional classification ( cpv ): 34142300 Dumper trucks
Additional classification ( cpv ): 34143000 Winter-maintenance vehicles
Additional classification ( cpv ): 34144000 Special-purpose motor vehicles

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 01/07/2025
Duration end date : 01/07/2032

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 Vehicle purchase, lease or rent

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Financial ratio
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements Tenderers must have a minimum of rating A with a certified ratings provider.
Criterion : Professional risk indemnity insurance
Description : The insured amount in the tenderer ́s liability insurance is the following: Minimum qualification requirements Tenderers must have relevant liability insurance.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers must state 3 relevant deliveries carried out in ILA. the last 3 years, with contact information. Tysvær municipality reserves the right to contact them in connection with the evaluation process.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements

5.1.11 Procurement documents

Deadline for requesting additional information : 02/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257356055.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 : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 23/06/2025 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 : 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 : By the end of the waiting period.

8. Organisations

8.1 ORG-0001

Official name : Tysvær Kommune
Registration number : 964979812
Postal address : Rådhuset
Town : AKSDAL
Postcode : 5570
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Innkjøp
Telephone : +47 52770500
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Haugaland og Sunnhordland Tingrett
Registration number : 926723405
Town : Haugesund
Postcode : 5501
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : +47 52701400
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : b3cbb82c-f75b-44c6-89fa-beb8bc0fcf31 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/05/2025 07:42 +00:00
Notice dispatch date (eSender) : 19/05/2025 07:53 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00323417-2025
OJ S issue number : 96/2025
Publication date : 20/05/2025