296222-2026 - Competition
Norway – Crane and dumper trucks – Procurement - Crane vehicle, Attvin, 2026
OJ S 84/2026 30/04/2026
Contract or concession notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official nameAttvin Produksjon AS
Emailguro.hanche-olsen@alesund.kommune.no
Legal type of the buyerBody governed by public law
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleProcurement - Crane vehicle, Attvin, 2026
DescriptionThe aim of the contract is to cover the contracting authority ́s need for a complete crane vehicle, i.e. crane vehicle with chassis, driver's cabin, body/cabinet and crane, in accordance with the requirement specifications. The vehicle shall be used for cranes and freight of all types of waste at short and long distances. The vehicle must be adapted to this service and tolerate high stress.
Procedure identifier8e4389f4-6b2d-41ea-8868-cc6263ac2b32
Internal identifier26/6136
Type of procedureOpen
The procedure is acceleratedno
Main features of the procedureOpen tender contest
2.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 34142000 Crane and dumper trucks
Additional classification (cpv): 34140000 Heavy-duty motor vehicles
2.1.2.
Place of performance
Anywhere
Additional informationThe delivery of a crane vehicle to a customer in Ålesund.
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionNotice
CorruptionIs 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.
FraudIs 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?
Money laundering or terrorist financingIs 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?
Participation in a criminal organisationIs 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 activitiesIs 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 beingsIs 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 lawIs 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 lawIs 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 lawIs 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 competitionHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconductHas 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 or obtained confidential information of this procedureHas the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 procedureIs the tenderer 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 procedureHas 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 sanctionsHas 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 obligation relating to payment of social security contributionsHave 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 taxesHas the tenderer not fulfilled all of his tax and duty obligations in both the country where 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 suspendedHas the tenderer's business conduct been stopped?
BankruptcyIs 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Arrangement with creditorsIs 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
InsolvencyIs 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Assets being administered by liquidatorSpecify 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national lawIs the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.
5. Lot
5.1.
LotLOT-0000
TitleProcurement - Crane vehicle, Attvin, 2026
DescriptionThe aim of the contract is to cover the contracting authority ́s need for a complete crane vehicle, i.e. crane vehicle with chassis, driver's cabin, body/cabinet and crane, in accordance with the requirement specifications. The vehicle shall be used for cranes and freight of all types of waste at short and long distances. The vehicle must be adapted to this service and tolerate high stress.
Internal identifier26/6136
5.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 34142000 Crane and dumper trucks
Additional classification (cpv): 34140000 Heavy-duty motor vehicles
Options
Description of the optionsOptions: -Service agreement - Crane weight
5.1.2.
Place of performance
Anywhere
Additional informationThe delivery of a crane vehicle to a customer in Ålesund.
5.1.3.
Estimated duration
Other durationUnknown
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
5.1.9.
Selection criteria
Sources of selection criteriaEuropean Single Procurement Document (ESPD)Notice
CriterionEnrolment in a relevant professional register
Description of selection criterionTenderers are registered in a professional 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.

CriterionEnrolment in a trade register
Description of selection criterionTenderers 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.

CriterionAuthorisation or membership of a particular organisation needed for service contracts
Description of selection criterionIs it necessary to have specific authorisation from a particular organisation in order to provide the service in the tenderer ́s home country?

CriterionAuthorisation or membership of a particular organisation needed for service contracts
Description of selection criterionIs it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?

CriterionMeasures for ensuring quality
Description of selection criterionFor goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.

CriterionSamples, descriptions, or photographs without certification of authenticity
Description of selection criterionProcurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.

CriterionSamples, descriptions, or photographs with certification of authenticity for supply contracts
Description of selection criterionWhen procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.

CriterionCertificates by quality control institutes
Description of selection criterionCan tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?

CriterionCertificates by independent bodies about quality assurance standards
Description of selection criterionCan tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?

CriterionCertificates by independent bodies about environmental management systems or standards
Description of selection criterionIs the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?

CriterionOther economic or financial requirements
Description of selection criterionThis requirement only applies to Norwegian tenderers. Requirements: Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. Any arrears or other irregularities must be justified. Documentation requirement: Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316". Tenderers can order such a certificate from the Norwegian Tax Administration on behalf of their activities. Tenderers are asked to enclose the certificate in the tender or submit it on request. The tax certificate must not be older than six months calculated from the deadline for receipt of tenders. Read about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/

CriterionOther economic or financial requirements
Description of selection criterionRequirements: Tenderers must have the financial capacity to execute the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite (https://riskguardian.bisnode.no), or have the financial capacity to execute the contract based on the contracting authority ́s discretion. Documentation requirement: The contracting authority will carry out their own assessment of the tenderer's finances through the RiskGuardian Suite (RGS). Tenderers can enclose other necessary information if the tenderer believes that the RGS does not provide a correct picture of the financial situation, e.g. with a lower credit rating than required. This can be an account of how the tenderer believes to still fulfil the requirement, with documentation that supports this (e.g. accounts, annual reports, etc.). If a tenderer has doubts about whether they fulfil the requirement and would like to rely on other entities for fulfilment (e.g. through a parent company guarantee), the tenderer must enclose a binding statement from the relevant company in their tender. The RGS comprises all Nordic countries. As a main rule, the contracting authority will not accept credit ratings from other company and accounting information systems than RGS due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit (https://credit.dnb.com/). Tenderers that the contracting authority cannot find at RGS (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.

CriterionReferences on specified works
Description of selection criterionRequirements: Tenderers are required to have experience from at least 1 similar assignment in the last 3 years. Equivalent assignments means the delivery of a complete crane vehicle (minimum 18 tonnes), i.e. a crane vehicle with a chassis, driver's cab, body/cupboard, with crane that can lift a minimum of 15 tons. Documentation requirement: Complete the annex "The Tenderer's experience" or other document with equivalent information.
5.1.10.
Award criteria
Criterion
TypePrice
NamePrice
DescriptionOrientation: Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. Evaluation: The total sum from the price form will form the basis of the price evaluation. When assessing the price, a hybrid model with break point 1 will be used. The attached template for the evaluation model is attached. (Remember to attach a template) The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award weight criterionWeight (percentage, exact)
Award criterion number65
Criterion
TypeQuality
NameThe offered system
DescriptionOrientation: Tenderers are requested to describe the following that emphasis is put on under this award criteria: The maximum load shall be as high as possible. State the payload weight. Higher payloads give higher scores. The vehicle shall have an engine power of minimum 299 HC. State the power in HC on the offered vehicles. Higher engine power gives a higher score. The car shall have a diesel tank of minimum 350 litres. State the number of litres of offered diesel tanks. Higher volume gives a higher score. Evaluation: This award criteria will be assessed based on the tenderer ́s description of the award criteria. A total procurement assessment of the described system will be carried out during the evaluation. Best solution will be awarded the highest score (10). Other solutions will be awarded a point score relative to the best solution. The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award weight criterionWeight (percentage, exact)
Award criterion number5
Criterion
TypeQuality
NameEnvironment
DescriptionWeighting: The award criteria is weighted 30%. The award criteria consists of the following sub-criteria: The sub-criterion guarantee is weighted 60% of this award criteria. The sub-criterion spare-parts plan and proximity to the spare parts storage are weighted 40% of this award criteria. Orientation: 1. Guarantee (60%): Tenderers shall state: What is included in the guarantee beyond the minimum requirements. This applies to: Warranty on drivelines Rust and rearmament guarantee Exhaust and finishing system (Adblue, NOx sensors etc.) B. The length of the guarantee beyond 12 months. 2. Spare parts plan and proximity to spare parts storage (40%) The contracting authority will depend on having the vehicle on the road at all times in order to ensure optimum logistics for our drivers. We therefore depend on having a workshop with maximum response time for the started diagnosis of vehicles, as well as maximum response times for parts. NB! Under this award criteria, the stated delivery times and response times shall start when the customer does not have a service and repair contract as this is an option and the customer may not use the option. Tenderers are requested to describe the following (this point is weighted 30% of the total 40%). We would like the shortest possible response and delivery times: which wearing and spare parts are guaranteed to be available at the local workshop (within 18 km from Alvikvegen 194 in Ålesund) what is the guaranteed delivery time for other wearing and spare parts. Wearing and spare parts means no service parts. Service parts means: filters and oil. Wearing and spare parts means other parts such as: Brake parts, air cushions, sensors (all types). Tenderers are requested to describe the following (this point is weighted 10% of the total 40 %). We would like the shortest possible response time: C. Describe the guaranteed response time from when the vehicle is received at the workshop until the tenderer starts the diagnosis and repairs. Evaluation: This award criteria will be assessed based on the tenderer ́s description of the award criteria. A procurement assessment will be made when evaluating the described system. For each sub-criteria, the best system will be given the highest score (10) and other solutions will be awarded a point score relative to the best solution. Scores achieved on each of the sub-criteria will be multiplied by interrelated weighting and added together. The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award weight criterionWeight (percentage, exact)
Award criterion number30
5.1.11.
Procurement documents
Deadline for requesting additional information21/05/2026 22:00:00 (UTC+00:00) Western European Time, GMT
Address of the procurement documentshttps://tendsign.com/doc.aspx?MeFormsNoticeId=90441
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://tendsign.com/doc.aspx?MeFormsNoticeId=90441&GoTo=Tender
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueAllowed
Deadline for receipt of tenders01/06/2026 10:00:58 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid91 Days
Information about public opening
Opening date01/06/2026 10:01:00 (UTC+00:00) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be usedyes
Electronic payment will be usedyes
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 organisationMøre og Romsdal tingrett
Information about review deadlines: In accordance with the regulations.
8. Organisations
8.1.
ORG-0001
Official nameMøre og Romsdal tingrett
Registration number926 723 200
Postal addressPostboks 1354
TownÅlesund
Postcode6001
Country subdivision (NUTS)Møre og Romsdal (NO0A3)
CountryNorway
Emailmore.og.romsdal.tingrett@domstol.no
Telephone70 33 47 00
Internet addresshttps://www.domstol.no/no/domstoler/tingrett/more-og-romsdal-tingrett/
Roles of this organisation
Review organisation
8.1.
ORG-0002
Official nameAttvin Produksjon AS
Registration number923030913
DepartmentInnkjøp
Postal addressAlvikvegen 194
TownÅlesund
Postcode6019
Country subdivision (NUTS)Møre og Romsdal (NO0A3)
CountryNorway
Contact pointGuro Hanche-Olsen
Emailguro.hanche-olsen@alesund.kommune.no
Telephone92640999
Roles of this organisation
Buyer
Notice information
Notice identifier/version6b30c4c5-4b1f-455f-acb6-868c24ff3eeb  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date29/04/2026 07:18:34 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)29/04/2026 07:18:36 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number296222-2026
OJ S issue number84/2026
Publication date30/04/2026