Sorting machine

NGIR needs a new sorting machine. The sorting machine shall have a minimum weight of 23 tons. The procurement also includes repair services and options for a service contract for the sorting machine. See the requirement specifications, see annex 1 for further information on the procurement ́s extent and contract. …

CPV: 42418000 Stroji za dviganje, manipulacijo, nakladanje ali razkladanje, 30132000 Oprema za sortiranje, 30132300 Sortirke, 34144500 Vozila za odpadke in odplake, 42000000 Industrijski stroji, 42410000 Oprema za dviganje in manipulacijo, 42418900 Stroji za nakladanje in manipulacijo, 42418910 Oprema za nakladanje, 43310000 Gradbeni stroji, 50000000 Storitve popravila in vzdrževanja, 90500000 Storitve v zvezi z odpadki, 90510000 Odstranjevanje in obdelava odpadkov
Rok:
7. november 2025. 11:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Sorting machine
Organ za podeljevanje:
NGIR Drift AS
Številka dodelitve:
2025/002

1. Buyer

1.1 Buyer

Official name : NGIR Drift AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Sorting machine
Description : NGIR needs a new sorting machine. The sorting machine shall have a minimum weight of 23 tons. The procurement also includes repair services and options for a service contract for the sorting machine.  See the requirement specifications, see annex 1 for further information on the procurement ́s extent and contract.
Procedure identifier : e88279bc-4770-41dd-a0e1-229c50873c5e
Internal identifier : 2025/002
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : NGIR needs a new sorting machine. The sorting machine shall have a minimum weight of 23 tons. The procurement also includes repair services and options for a service contract for the sorting machine.  See the requirement specifications, annex 1. This procurement is implemented in accordance with the Act 17 June 2016 no. 73 on public procurements (LOA) and regulations 12 August 2016 no. 974 on public procurements (FOA). The procurement was carried out as an open tender contest in accordance with PPR parts I and III. This procedure allows all interested suppliers to participate.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42418000 Lifting, handling, loading or unloading machinery
Additional classification ( cpv ): 30132000 Sorting equipment
Additional classification ( cpv ): 30132300 Sorters
Additional classification ( cpv ): 34144500 Vehicles for refuse and sewage
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42410000 Lifting and handling equipment
Additional classification ( cpv ): 42418900 Loading or handling machinery
Additional classification ( cpv ): 42418910 Loading equipment
Additional classification ( cpv ): 43310000 Civil engineering machinery
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment

2.1.2 Place of performance

Postal address : Lindåsvegen 1260
Town : Hundvin
Postcode : 5956
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - This procurement was held in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and regulations 12 August 2016 no. 974 on public procurements (FOA). The procurement was carried out as an open tender contest in accordance with PPR parts I and III. This procedure allows all interested suppliers to participate.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), Procurement Document, 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 : Sorting machine
Description : NGIR needs a new sorting machine. The sorting machine shall have a minimum weight of 23 tons. The procurement also includes repair services and options for a service contract for the sorting machine.  See the requirement specifications, see annex 1 for further information on the procurement ́s extent and contract.
Internal identifier : 2025/002

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42418000 Lifting, handling, loading or unloading machinery
Additional classification ( cpv ): 30132000 Sorting equipment
Additional classification ( cpv ): 30132300 Sorters
Additional classification ( cpv ): 34144500 Vehicles for refuse and sewage
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42410000 Lifting and handling equipment
Additional classification ( cpv ): 42418900 Loading or handling machinery
Additional classification ( cpv ): 42418910 Loading equipment
Additional classification ( cpv ): 43310000 Civil engineering machinery
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Options :
Description of the options : The contract contains options - see annex 1.

5.1.2 Place of performance

Postal address : Lindåsvegen 1260
Town : Hundvin
Postcode : 5956
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 84 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

5.1.9 Selection criteria

Sources of selection criteria : Notice, Procurement Document
Criterion : Enrolment in a trade register
Description : Demand: The tenderer shall be a legally established company. Documentation requirement: Norwegian tenderers: Registration. Norwegian tenderers shall obtain a company registration certificate from the Brønnøysund Register Centre. The Norwegian tenderers shall therefore not submit a company registration certificate. Foreign tenderers: Documentation that shows that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Demand: The tenderer shall have the financial strength to be able to fulfil the contract. Documentation requirement: Documented credit rating from an officially certified credit rating company. The credit rating shall not be older than three months from the tender deadline and it shall be based on the last known annual accounts. If the tenderer is not credit worthy, or the credit limit is below NOK 250,000, the credit rating must be supplemented with other documentation. If the tenderer does not fulfil the qualification requirement through the required documentation, other documentation can be available for the contracting authority to document economic and financial capacity, as to the tenderer's parent company guarantee or a guarantee/guarantee. The contracting authority reserves the right to obtain the tenderer's annual accounts including notes with the board ́s and auditor ́s reports from 2022, 2023 and 2024. The contracting authority reserves the right to carry out a credit assessment from an officially certified credit rating company.
Criterion : References on specified deliveries
Description : Demand: Tenderers shall have experience from relevant deliveries. Relevant deliveries include delivery of a sorting machine. Documentation requirement: A depiction of its supplier up to 3 most relevant assignments from the last three years. Tenderers shall document fulfilment by filling in the attached template for reference references. See annex 3 - Reference descriptions.
Criterion : Measures for ensuring quality
Description : Demand: Tenderers shall have a documented quality assurance system. Documentation requirement: A short description of the tenderer's methods for quality assurance. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
Criterion : Environmental management measures
Description : Demand: Tenderers shall have a documented environmental management system. Documentation requirement: A short description of the tenderer's environment system. If a tenderer is certified by an officially certified body (EMAS, Miljøfyrtårn, ISO 14001, or other certified environmental management system/standard), it is sufficient to enclose a copy of a valid certificate.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Award criterium: The award criterium "price" is evaluated based on 1. Joint price for the sorting machine. 2. Hourly rates for repair services 3. Price for options (75 % of the extent of the options) Documentation requirement: Tenderers shall submit the following: Complete annex 3 Annex 1 - Price Form. Prices shall be stated in NOK and excluding VAT.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Award criterium: Under the award criteria "quality", the contracting authority will evaluate the sorting machine, say function and operational reliability, incuding the following: 1. Technical qualities, incuding the following: • Driver environment, including other screening from dust and noise, sound insulation, sitting comfort, vision (forward/backward), instrument service, as well as HSE •Light • Range and aiming height for the machine. 2. Available access and response time on repair services beyond the minimum requirements, as well as access to and delivery time for spare parts in accordance with annexes 1 points 4.3 requirements 2 and 3. 3. Extent and duration of guarantees beyond the minimum requirement in accordance with Annex 1 point 4.3 requirement 1. 4. Scope and terms for service contracts beyond the minimum requirements in accordance with annexes 1 point 4.3 requirements 4 and 5. Documentation requirement: Tenderers shall submit the following: 1. Completed annex 2 point 2.1 and product data sheet for the sorting machine. 2. Completed annexes 2 points 2.2 requirements 2 and 3. 3. Completed annex 2 point 2.2 requirement 1 4. Completed annexes 2 points 2.2 requirement 4 and 5 and the tenderer ́s attached offered service agreements.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Delivery
Description : Award criterium: Under the award criteria "delivery", the contracting authority will evaluate the tenderer's plan for carrying out the delivery of the sorting machine: 1. Binding delivery time in weeks from signed contract 2. Plan for trial operation and training of the contracting authority ́s drivers in accordance with annex 1 point 4.4 requirement 7. Documentation requirement: Tenderers shall submit the following: 1. Completed annex 2 point 3.2 2. Completed annex 2 point 2.3 requirement 7.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Climate and environmental inspections
Description : Award criterium: Under the award criteria "climate and environmental inspection", the contracting authority will evaluate concrete measures beyond the minimum requirements that promote climate and the environment, for production and transport, fuel use, Stage-class, repairs, machine lifetime, lifetime of working parts etc. Documentation requirement: Tenderers shall submit the following: Complete annex 2 point 4.2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 29/10/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/267184589.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 : Allowed
Deadline for receipt of tenders : 07/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 62 Day
Information about public opening :
Opening date : 07/11/2025 11:00 +00:00
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 : See the tender documentation part II.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the tender documentation part II.

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 : Hordaland tingrett
Information about review deadlines : In accordance with the procurement documents, and anskaffelsesloven and anskaffelsesforskriften.
Organisation receiving requests to participate : NGIR Drift AS
Organisation processing tenders : NGIR Drift AS

8. Organisations

8.1 ORG-0001

Official name : NGIR Drift AS
Registration number : 932316943
Postal address : Lindåsvegen 1260,
Town : Hundvin
Postcode : 5956
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Birgit Furseth Karlsen
Telephone : 90683484
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 935 364 906
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 0b92fc2b-a016-469c-a5aa-8a23654f510e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/10/2025 09:01 +00:00
Notice dispatch date (eSender) : 06/10/2025 09:21 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00655335-2025
OJ S issue number : 192/2025
Publication date : 07/10/2025