Procurement of a wheeled loader and sorting machine

The contracting authority would like to procure one wheeled loader with a full-covering service contract. The wheel loader shall be used at the Energy Plant in Rådalen and it shall be certified for operation on municipal and government roads. The primary cargo will be various waste types, including slag from …

CPV: 42418000 Máquinas de elevación, manipulación, carga o descarga, 30132300 Clasificadoras, 34144710 Cargadoras sobre ruedas
Plazo:
7 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Procurement of a wheeled loader and sorting machine
Organismo adjudicador:
BIR AS
Número de premio:
HL03-2025 og SM03-2025

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Procurement of a wheeled loader and sorting machine
Description : The contracting authority would like to procure one wheeled loader with a full-covering service contract. The wheel loader shall be used at the Energy Plant in Rådalen and it shall be certified for operation on municipal and government roads. The primary cargo will be various waste types, including slag from the Energy Plant in Rådalen. The contracting authority would like to procure one sorting machine with a full-covering service agreement. The sorting machine shall be used at Bjørkemoen 46 (Voss municipality). The machine shall handle the sorting of various waste types.
Procedure identifier : 7e007f10-6187-48b9-a014-96a670888a09
Internal identifier : HL03-2025 og SM03-2025
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 ): 42418000 Lifting, handling, loading or unloading machinery
Additional classification ( cpv ): 30132300 Sorters
Additional classification ( cpv ): 34144710 Wheeled loaders

2.1.2 Place of performance

Postal address : Bjørkemoen 46
Town : Voss
Postcode : 5709
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.2 Place of performance

Postal address : Fanaveien 219
Town : Rådal
Postcode : 5239
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

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 : Procurement of a wheeled loader and sorting machine
Description : The contracting authority would like to procure one wheeled loader with a full-covering service contract. The wheel loader shall be used at the Energy Plant in Rådalen and it shall be certified for operation on municipal and government roads. The primary cargo will be various waste types, including slag from the Energy Plant in Rådalen. The contracting authority would like to procure one sorting machine with a full-covering service agreement. The sorting machine shall be used at Bjørkemoen 46 (Voss municipality). The machine shall handle the sorting of various waste types.
Internal identifier : HL03-2025 og SM03-2025

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42418000 Lifting, handling, loading or unloading machinery
Additional classification ( cpv ): 30132300 Sorters
Additional classification ( cpv ): 34144710 Wheeled loaders

5.1.2 Place of performance

Postal address : Bjørkemoen 46
Town : Voss
Postcode : 5709
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.2 Place of performance

Postal address : Fanaveien 219
Town : Rådal
Postcode : 5239
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 60 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Quality and Environmental Management
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s technical and professional capacity.
Description : Tenderers shall have sufficient and relevant experience with the delivery of requested services The requirement is seen as fulfilled if the tenderer in the last 2 years (2024, 2025) has provided a machine and services equivalent to that covered by this competition. (Equivalently, this means the same type of machine and delivery services that comply with the requirements set out in KG chapter 8). If a tenderer will use other companies to fulfil the requirement, commitment statements shall also be enclosed from the relevant companies that show that the tenderer can use the other company's qualifications.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality and Environment
Description : Tenderers shall have a satisfactory environmental management system that manages how the company safeguards relevant environmental considerations. Tenderers shall have a satisfactory quality assurance system that manages how the company safeguards quality consideration.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total cost
Description : The award will be based on which tender has the lowest lifetime cost over 6,000 hours The following criteria will be assessed by the Contracting Authority. The criterium is weighted 100 % Real and credible lifetime costs over 6,000 hours for a wheeled loader and sorting machine.
Weight (percentage, exact) : 100
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 : Not allowed
Deadline for receipt of tenders : 07/05/2025 10:00 +00:00
Information about public opening :
Opening date : 07/05/2025 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 : 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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Hordaland Tingrett
Organisation providing more information on the review procedures : BIR AS

8. Organisations

8.1 ORG-0001

Official name : BIR AS
Registration number : 983495400
Postal address : Pb 6004
Town : Bergen
Postcode : 5892
Country : Norway
Contact point : Atle Hitland
Telephone : +47 55277728
Internet address : https://www.bir.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Hordaland Tingrett
Registration number : 926723367
Department : Bergen
Postal address : C Sunds Gate 42
Town : Bergen
Postcode : 5004
Country : Norway
Telephone : 55699700
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 743121b5-67c0-449b-9e1e-3788c525c1cc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/03/2025 09:37 +00:00
Notice dispatch date (eSender) : 31/03/2025 12:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00208099-2025
OJ S issue number : 64/2025
Publication date : 01/04/2025