Compactor vehicle

Setesdal Environment and recycling IKS invites tenderers to an open tender contest for the procurement of a refuse collection vehicle/compactor vehicle. The refuse collection vehicle shall be a two axled lorry (class C) with a technical total weight of minimum 20 tonnes. The system shall be a standard two chamber …

CPV: 34139000 Chassis, 34139200 Chassis bodies, 34139300 Complete chassis, 34144500 Vehicles for refuse and sewage, 34144510 Vehicles for refuse, 34144512 Refuse-compaction vehicles, 39713300 Rubbish compactors
Deadline:
March 4, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
Compactor vehicle
Awarding body:
SETESDAL MILJØ & GJENVINNING IKS
Award number:
2025 komprimatorbil

1. Buyer

1.1 Buyer

Official name : SETESDAL MILJØ & GJENVINNING IKS
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Compactor vehicle
Description : Setesdal Environment and recycling IKS invites tenderers to an open tender contest for the procurement of a refuse collection vehicle/compactor vehicle. The refuse collection vehicle shall be a two axled lorry (class C) with a technical total weight of minimum 20 tonnes. The system shall be a standard two chamber system with a distribution of approx. 1/3 at the smallest chamber and 2/3 on the largest chamber.
Procedure identifier : feed19c4-7540-4725-8744-4cb70b69a56f
Internal identifier : 2025 komprimatorbil
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144512 Refuse-compaction vehicles
Additional classification ( cpv ): 34139000 Chassis
Additional classification ( cpv ): 34139200 Chassis bodies
Additional classification ( cpv ): 34139300 Complete chassis
Additional classification ( cpv ): 34144500 Vehicles for refuse and sewage
Additional classification ( cpv ): 34144510 Vehicles for refuse
Additional classification ( cpv ): 39713300 Rubbish compactors

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )

2.1.3 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone

2.1.4 General information

Additional information : Justification for using the exclusionary provision in the Public Procurement Regulations § 7-9 (4): The procurement is for the procurement of a compactor vehicle. The largest part of the climate and environmental impact in this procurement consists of: 1. Production of the lorry and production of a compressor/body. 2. Environmental emissions in the form of, among other things, NOx when using the vehicle The lorry and the extension have been delivered as a ready manufactured lorry and a ready addition, which is then assembled together and adapted to the customer ́s needs. The lorry and the extension are standardised products that are produced by large and recognised suppliers. The supplier who assembles the additions of the truck and delivers the compressor vehicle as a finished product does not have the possibility of affecting the production link before them in the production chain, i.e. those who manufacture the truck or the extension to a particular degree. Setting climate and environment criteria for the production method for lorries and additions will, therefore, not be appropriate or give environmental effect. One is then left with setting criteria or requirements that reduce environmental emissions by using the compressor vehicle. Setesdal Environment and recycling IKS ́ emptying routes stretch over large distances and can cross several municipalities on a emptying day. Charging possibilities in these districts are currently limited. Charging the car will take up to several hours, which will make it impossible to complete emptying routes within normal working hours. Electric vehicles with the current technology are therefore not suitable to fulfil Setesdal Miljø og gjenvinning ́ needs. It is therefore only fossil driven vehicles that are relevant in this procurement. There are minimum requirements for the engine delivered with EURO6 classification. This is the engine class with the lowest environmental emissions for fossil-driven vehicles. The contracting authority therefore considers that there is minimal retrieval of set award criteria for the climate-environment in this procurement, as climate and environment have already been taken care of by having requirements in the requirement specifications for the EURO6 classification. In this procurement, setting requirements in the requirement specifications gives a clearly better climate and environmental effect than setting award criteria with very limited climate and environmental effect.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Compactor vehicle
Description : Setesdal Environment and recycling IKS invites tenderers to an open tender contest for the procurement of a refuse collection vehicle/compactor vehicle. The refuse collection vehicle shall be a two axled lorry (class C) with a technical total weight of minimum 20 tonnes. The system shall be a standard two chamber system with a distribution of approx. 1/3 at the smallest chamber and 2/3 on the largest chamber.
Internal identifier : 2025 komprimatorbil

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34144512 Refuse-compaction vehicles
Additional classification ( cpv ): 34139000 Chassis
Additional classification ( cpv ): 34139200 Chassis bodies
Additional classification ( cpv ): 34139300 Complete chassis
Additional classification ( cpv ): 34144500 Vehicles for refuse and sewage
Additional classification ( cpv ): 34144510 Vehicles for refuse
Additional classification ( cpv ): 39713300 Rubbish compactors
Options :
Description of the options : In addition to the procurement of the vehicle itself, the contracting authority shall have an option on a service agreement on the chassis for up to 7 years (5 +1+1).

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 4 000 000 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)
Additional information : Justification for using the exclusionary provision in the Public Procurement Regulations § 7-9 (4): The procurement is for the procurement of a compactor vehicle. The largest part of the climate and environmental impact in this procurement consists of: 1. Production of the lorry and production of a compressor/body. 2. Environmental emissions in the form of, among other things, NOx when using the vehicle The lorry and the extension have been delivered as a ready manufactured lorry and a ready addition, which is then assembled together and adapted to the customer ́s needs. The lorry and the extension are standardised products that are produced by large and recognised suppliers. The supplier who assembles the additions of the truck and delivers the compressor vehicle as a finished product does not have the possibility of affecting the production link before them in the production chain, i.e. those who manufacture the truck or the extension to a particular degree. Setting climate and environment criteria for the production method for lorries and additions will, therefore, not be appropriate or give environmental effect. One is then left with setting criteria or requirements that reduce environmental emissions by using the compressor vehicle. Setesdal Environment and recycling IKS ́ emptying routes stretch over large distances and can cross several municipalities on a emptying day. Charging possibilities in these districts are currently limited. Charging the car will take up to several hours, which will make it impossible to complete emptying routes within normal working hours. Electric vehicles with the current technology are therefore not suitable to fulfil Setesdal Miljø og gjenvinning ́ needs. It is therefore only fossil driven vehicles that are relevant in this procurement. There are minimum requirements for the engine delivered with EURO6 classification. This is the engine class with the lowest environmental emissions for fossil-driven vehicles. The contracting authority therefore considers that there is minimal retrieval of set award criteria for the climate-environment in this procurement, as climate and environment have already been taken care of by having requirements in the requirement specifications for the EURO6 classification. In this procurement, setting requirements in the requirement specifications gives a clearly better climate and environmental effect than setting award criteria with very limited climate and environmental effect.

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

Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. Confirmation in THE ESPD is sufficient - the requirement is documented upon request.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Under this criteria the evaluation sum will be evaluated in the price form.
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Service, maintenance and response time
Description : This includes an assessment of the response time and service level for the chassis.
Weight (percentage, exact) : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

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 : 04/03/2025 11:00 +00:00
Information about public opening :
Opening date : 04/03/2025 11:00 +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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett
Organisation providing additional information about the procurement procedure : SETESDAL MILJØ & GJENVINNING IKS
Organisation providing offline access to the procurement documents : Odin Prosjekt AS

8. Organisations

8.1 ORG-0001

Official name : SETESDAL MILJØ & GJENVINNING IKS
Registration number : 988575941
Postal address : Setesdalsvegen 1073
Town : Evje
Postcode : 4735
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Kristina Eek-Larsen
Telephone : +47 97093944
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Odin Prosjekt AS
Registration number : Odin Prosjekt AS
Department : Odin Prosjekt AS
Postal address : Fab
Town : Bergen
Postcode : 5258
Country : Norway
Contact point : Kristina Eek-Larsen
Telephone : 97093944
Roles of this organisation :
Organisation providing offline access to the procurement documents

8.1 ORG-0003

Official name : Agder Tingrett
Registration number : 926723480
Town : Kristiansand
Country : Norway
Telephone : 38176300
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 2cc914e0-b425-4e33-87b6-a75bdf700a75 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/01/2025 14:03 +00:00
Notice dispatch date (eSender) : 27/01/2025 14:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00062467-2025
OJ S issue number : 20/2025
Publication date : 29/01/2025