Procurement of light emergency vehicles

Drammenregionens brannvesen IKS (DRBV), hereafter called the Contracting Authority, invites tenderers to an open tender contest for the procurement of light emergency vehicles. Drammensregionens brannvesen IKS (DRBV) is an intermunicipal company and has the fire-related responsibility for Drammen, Krødsherad, Lier, Sigdal and Øvre Eiker municipalities. Drammenregionens brannvesen IKS (DRBV), hereafter …

CPV: 34000000 Prepravné zariadenia a pomocné výrobky na prepravu, 34114000 Špeciálne vozidlá, 34114100 Núdzové/pohotovostné vozidlá, 34144200 Vozidlá pre núdzové/záchranné služby, 34144210 Požiarnické vozidlá, 35000000 Bezpečnostné, hasičské, policajné a ochranné vybavenie, 75250000 Služby požiarnych zborov a záchranné služby
Termín:
27. jún 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Procurement of light emergency vehicles
Udeľujúci orgán:
DRAMMEN KOMMUNE
Číslo udelenia:
25/19125

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Procurement of light emergency vehicles
Description : Drammenregionens brannvesen IKS (DRBV), hereafter called the Contracting Authority, invites tenderers to an open tender contest for the procurement of light emergency vehicles. Drammensregionens brannvesen IKS (DRBV) is an intermunicipal company and has the fire-related responsibility for Drammen, Krødsherad, Lier, Sigdal and Øvre Eiker municipalities.
Procedure identifier : fa9e3058-d111-49f6-8d61-cec3699298aa
Internal identifier : 25/19125
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : DRBV shall procure two light emergency vehicles, in addition to an option for delivery of 1+1, a total of up to two (2) extra vehicles. The estimated total value of the procurement is NOK 5,000,000 including options. The vehicle shall be a light emergency vehicle/advanced unit with extinguishing installations and rescue equipment as described in the requirement specification with options.  The vehicle shall function as a multi-role vehicle that covers a wide range of fire service assignments. This includes extinguishing efforts, rescue efforts, emergency helper assignments, pulling hangers and making good progress in different conditions and on roads of different quality.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144200 Vehicles for the emergency services
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34114000 Specialist vehicles
Additional classification ( cpv ): 34114100 Emergency vehicles
Additional classification ( cpv ): 34144210 Firefighting vehicles
Additional classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Additional classification ( cpv ): 75250000 Fire-brigade and rescue services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The competition will be held as an open tender contest, cf. the Public Procurement Regulations § 13-1.

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?
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 light emergency vehicles
Description : Drammenregionens brannvesen IKS (DRBV), hereafter called the Contracting Authority, invites tenderers to an open tender contest for the procurement of light emergency vehicles. Drammensregionens brannvesen IKS (DRBV) is an intermunicipal company and has the fire-related responsibility for Drammen, Krødsherad, Lier, Sigdal and Øvre Eiker municipalities.
Internal identifier : 25/19125

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144200 Vehicles for the emergency services
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34114000 Specialist vehicles
Additional classification ( cpv ): 34114100 Emergency vehicles
Additional classification ( cpv ): 34144210 Firefighting vehicles
Additional classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Additional classification ( cpv ): 75250000 Fire-brigade and rescue services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 27 Month

5.1.5 Value

Estimated value excluding VAT : 5 000 000 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

5.1.7 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.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 06/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256367999.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 : 27/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 18/08/2025 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 : Buskerud tingrett -
Review organisation : Buskerud tingrett -
Information about review deadlines : The waiting period is 10 days in accordance with the Public Procurement Regulations § 25-1.
Organisation providing more information on the review procedures : HRP AS -

8. Organisations

8.1 ORG-0001

Official name : DRAMMEN KOMMUNE
Registration number : 921234554
Postal address : Engene 1
Town : DRAMMEN
Postcode : 3008
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Martin Paulsen
Telephone : +4745053967
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : HRP AS
Registration number : 988 889 245
Town : Oslo
Postcode : 0191
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Katinka Winther Hjelt
Telephone : +4795006203
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Buskerud tingrett
Registration number : 826 726 342
Postal address : Gamle Kirkeplass 3
Town : DRAMMEN
Postcode : 3019
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Telephone : 32 21 16 00
Roles of this organisation :
Review organisation
Mediation organisation
Notice information
Notice identifier/version : 61181d60-199f-4935-8176-c527e53a230a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/05/2025 13:02 +00:00
Notice dispatch date (eSender) : 22/05/2025 13:25 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00336426-2025
OJ S issue number : 100/2025
Publication date : 26/05/2025