Procurement of an electric wheel loader of approx. 16,000 kg (one wheel loader).

VAV annually renews the agency ́s machines and vehicles, which are based on new engine technologies in order to achieve less environmental impact. VAV is procuring one electric wheeled loader that can replace the agency's older wheel loader with a burner engine. The older fossil driven wheel loader is from …

CPV: 34144710 Carregadores sobre rodas, 34000000 Equipamento e produtos auxiliares de transporte, 34100000 Veículos a motor, 34140000 Veículos a motor pesados, 34144000 Veículos a motor para usos especiais, 34144700 Veículos utilitários
Local de execução:
Procurement of an electric wheel loader of approx. 16,000 kg (one wheel loader).
Local de premiação:
Oslo kommune v/ Vann- og avløpsetaten
Número do prémio:
52/2025

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Vann- og avløpsetaten
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Procurement of an electric wheel loader of approx. 16,000 kg (one wheel loader).
Description : VAV annually renews the agency ́s machines and vehicles, which are based on new engine technologies in order to achieve less environmental impact. VAV is procuring one electric wheeled loader that can replace the agency's older wheel loader with a burner engine. The older fossil driven wheel loader is from 2002. The wheel loaders therefore no longer fulfil the requirements set for the type of machines. A new electric wheel loader can contribute to less environmental impact in Oslo city. The wheel loader is used for moving matter, lifting heavy equipment, hood plates, pipes, ditch boxes etc., as well as snow clearing at Veitvet and other sites. It will be the first electric wheeled loader owned by the agency. See the tender documentation Annex 1 Requirement Specifications for further information.
Procedure identifier : 97115738-56fa-458d-b85b-01a666460cb6
Internal identifier : 52/2025
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : yes

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144710 Wheeled loaders
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34140000 Heavy-duty motor vehicles
Additional classification ( cpv ): 34144000 Special-purpose motor vehicles
Additional classification ( cpv ): 34144700 Utility vehicles

2.1.2 Place of performance

Postal address : Tvetenveien 20
Town : Oslo
Postcode : 0661
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

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 : In accordance with the ESPD form, point D Other rejection reasons that are stipulated in the national legislation of the Contracting Authority's member state.
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 an electric wheel loader of approx. 16,000 kg (one wheel loader).
Description : VAV annually renews the agency ́s machines and vehicles, which are based on new engine technologies in order to achieve less environmental impact. VAV is procuring one electric wheeled loader that can replace the agency's older wheel loader with a burner engine. The older fossil driven wheel loader is from 2002. The wheel loaders therefore no longer fulfil the requirements set for the type of machines. A new electric wheel loader can contribute to less environmental impact in Oslo city. The wheel loader is used for moving matter, lifting heavy equipment, hood plates, pipes, ditch boxes etc., as well as snow clearing at Veitvet and other sites. It will be the first electric wheeled loader owned by the agency. See the tender documentation Annex 1 Requirement Specifications for further information.
Internal identifier : 52/2025

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144710 Wheeled loaders
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34140000 Heavy-duty motor vehicles
Additional classification ( cpv ): 34144000 Special-purpose motor vehicles
Additional classification ( cpv ): 34144700 Utility vehicles
Options :
Description of the options : in accordance with the tender documentation annex 1 Requirement Specifications.

5.1.2 Place of performance

Postal address : Tvetenveien 20
Town : Oslo
Postcode : 0661
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 108 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : EU 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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price in accordance with the tender documentation Annex 3 Tender Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : In accordance with the description in the tender documentation point 6.2 The award criteria, under "Quality".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 08/09/2025 13:30 +00:00

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 15/09/2025 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : In accordance with the regulations on procurement rules in the supply sectors (replacement of supplies) §19-5.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : In accordance with the tender documentation annexes 2a and 2b.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : no
Financial arrangement : In accordance with the tender documentation annexes 2a and 2b

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 : Oslo Tingrett
Review organisation : Oslo Tingrett
Information about review deadlines : The waiting period is week 47-48.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo Tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Oslo Tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Oslo Tingrett
Organisation providing additional information about the procurement procedure : Oslo kommune v/ Vann- og avløpsetaten
Organisation providing offline access to the procurement documents : Oslo kommune v/ Vann- og avløpsetaten
Organisation providing more information on the review procedures : Oslo Tingrett
Organisation receiving requests to participate : Oslo kommune v/ Vann- og avløpsetaten
Organisation processing tenders : Oslo kommune v/ Vann- og avløpsetaten

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Vann- og avløpsetaten
Registration number : 971185589
Postal address : Herslebs gate 5
Town : Oslo
Postcode : 0561
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Lyudmyla Lorentzen
Telephone : +47 23440039
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

Notice information

Notice identifier/version : 544f04b9-2c5d-4254-a6d8-fa518635b20e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/08/2025 10:00 +00:00
Notice dispatch date (eSender) : 08/08/2025 06:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00524609-2025
OJ S issue number : 152/2025
Publication date : 11/08/2025