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.
Frist
Fristen for mottak av tilbud var 2025-03-04.
Anskaffelsen ble publisert 2025-01-27.
Kunngjøring av konkurranse (2025-01-27) Gjenstand Anskaffelsens omfang
Tittel: Compactor vehicle
Referansenummer: 2025 komprimatorbil
Kort beskrivelse:
“Setesdal Environment and recycling IKS invites tenderers to an open tender contest for the procurement of a refuse collection vehicle/compactor vehicle. The...”
Kort beskrivelse
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.
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Renovasjonsvogner med komprimator📦
Estimert verdi eksklusive mva: 4 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“Setesdal Environment and recycling IKS invites tenderers to an open tender contest for the procurement of a refuse collection vehicle/compactor vehicle. The...”
Beskrivelse av anskaffelsen
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.
Vis mer
Tilleggsinformasjon:
“Justification for using the exclusionary provision in the Public Procurement Regulations § 7-9 (4):
The procurement is for the procurement of a compactor...”
Tilleggsinformasjon
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.
Vis mer
Tilleggsprodukter/-tjenester: Chassiser📦
Tilleggsprodukter/-tjenester: Chassiskarosseri📦
Tilleggsprodukter/-tjenester: Komplette chassiser📦
Tilleggsprodukter/-tjenester: Kjøretøyer til avfall og kloakk📦
Tilleggsprodukter/-tjenester: Kjøretøyer til avfall📦
Tilleggsprodukter/-tjenester: Avfallskomprimatorer📦
Utførelsessted: Agder🏙️ Informasjon om opsjoner
Opsjoner ✅
Beskrivelse av opsjoner:
“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...”
Beskrivelse av opsjoner
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).
Vis mer Tildelingskriterier
Pris ✅
Pris (vekting): 60
Kvalitetskriterium (navn): Service, maintenance and response time
Kvalitetskriterium (vekting): 40
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-03-04 11:00:00 📅
Vilkår for åpning av tilbud: 2025-03-04 11:00:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Other economic and financial requirements: Regarding any other economic and financial requirements that have been stated in the notice or in the procurement...”
Liste og kort beskrivelse av utvelgelseskriterier
Other economic and financial requirements: 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.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av vilkår:
“Registered in a trade register or company register.: Tenderers are registered in a company register or a trade register in the member state in which the...”
Liste og kort beskrivelse av vilkår
Registered in a trade register or company register.: 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.
“Justification for using the exclusionary provision in the Public Procurement Regulations § 7-9 (4):
The procurement is for the procurement of a compactor...”
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.
Vis mer Klageinstans
Navn: Agder Tingrett
Nasjonalt registreringsnummer: 926723480
Poststed: Kristiansand
Land: Norge 🇳🇴
E-post: agder.tingrett@domstol.no📧
Telefon: 38176300📞 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2025/S 020-062467 (2025-01-27)