299759-2026 - Competition
Ukraine – Heavy-duty motor vehicles – Heavyduty motor vehicles code according to DK 021:2015 341400000 (Fire tanker with a water tank capacity of at least 5 tons)
OJ S 84/2026 30/04/2026
Contract or concession notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official name1 STATE FIRE AND RESCUE DEPARTMENT OF THE MAIN DEPARTMENT OF THE STATE SERVICE OF UKRAINE FOR EMERGENCIES IN VOLYN REGION
Emailo.mosiichuk@dsns.gov.ua
Legal type of the buyerBody governed by public law, controlled by a central government authority
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleHeavyduty motor vehicles code according to DK 021:2015 341400000 (Fire tanker with a water tank capacity of at least 5 tons)
DescriptionFire tanker with a water tank capacity of at least 5 tons, 1 unit. Fire and rescue vehicles shall comply with the requirements set out in: DSTU EN 18461:2017 (EN 18461:2011, IDT) Firefighting equipment. Fire and rescue vehicles. Part 1. Nomenclature and designations; DSTU EN 18462:2018 (EN 18462:2009 + A1:2013, IDT) Fire and rescue vehicles. Part 2. General requirements. Safety and performance (or DSTU EN 18462:2014 Firefighting equipment. Fire and rescue vehicles. Part 2. General requirements. Safety and performance (EN 18462:2009+A1:2013, IDT)); DSTU EN 18463:2018 (EN 18463:2013, IDT) Firefighting and rescue vehicles. Part 3. Fixed equipment. Safety and performance (or DSTU EN 18463:2014 Firefighting and rescue vehicles. Part 3. Fixed equipment. Safety requirements and performance characteristics (EN 18463:2013, IDT)); other regulatory documents necessary for the application of the above standards. Firefighting and rescue vehicles must be manufactured to operate at ambient temperatures of at least 15 ºС to +35 ºС. If it is possible to operate firefighting and rescue vehicles outside this range, additional measures must be applied. Details in Appendix 1 to the tender documentation
Procedure identifier61743305-d5c4-4a82-a2ea-6c5424650e37
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 34140000 Heavy-duty motor vehicles
2.1.2.
Place of performance
CountryUkraine
Additional information43020 Lutsk, Elektroaparatna St., 6
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionProcurement Document
5. Lot
5.1.
LotLOT-0001
TitleHeavyduty motor vehicles code according to DK 021:2015 341400000 (Fire tanker with a water tank capacity of at least 5 tons)
DescriptionFire tanker with a water tank capacity of at least 5 tons, 1 unit. Fire and rescue vehicles shall comply with the requirements set out in: DSTU EN 18461:2017 (EN 18461:2011, IDT) Firefighting equipment. Fire and rescue vehicles. Part 1. Nomenclature and designations; DSTU EN 18462:2018 (EN 18462:2009 + A1:2013, IDT) Fire and rescue vehicles. Part 2. General requirements. Safety and performance (or DSTU EN 18462:2014 Firefighting equipment. Fire and rescue vehicles. Part 2. General requirements. Safety and performance (EN 18462:2009+A1:2013, IDT)); DSTU EN 18463:2018 (EN 18463:2013, IDT) Firefighting and rescue vehicles. Part 3. Fixed equipment. Safety and performance (or DSTU EN 18463:2014 Firefighting and rescue vehicles. Part 3. Fixed equipment. Safety requirements and performance characteristics (EN 18463:2013, IDT)); other regulatory documents necessary for the application of the above standards. Firefighting and rescue vehicles must be manufactured to operate at ambient temperatures of at least 15 ºС to +35 ºС. If it is possible to operate firefighting and rescue vehicles outside this range, additional measures must be applied. Details in Appendix 3 to the tender documentation.
5.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 34140000 Heavy-duty motor vehicles
5.1.2.
Place of performance
CountryUkraine
Additional information43020 Lutsk, Elektroaparatna St., 6
5.1.3.
Estimated duration
Duration3 Months
5.1.6.
General information
Reserved participation
Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)no
5.1.9.
Selection criteria
Sources of selection criteriaProcurement Document
5.1.11.
Procurement documents
Address of the procurement documentshttps://prozorro.gov.ua/uk
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionAllowed
Address for submissionhttps://prozorro.gov.ua/uk
Languages in which tenders or requests to participate may be submittedUkrainian
Electronic catalogueNot allowed
Deadline for receipt of tenders01/07/2026 00:00:00 (UTC+03:00) Eastern European Summer Time, İstanbul, Mayotte
Duration during which the tender must remain valid120 Days
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingAllowed
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
Electronic auctionyes
5.1.16.
Further information, mediation and review
Review organisation1 STATE FIRE AND RESCUE DEPARTMENT OF THE MAIN DEPARTMENT OF THE STATE SERVICE OF UKRAINE FOR EMERGENCIES IN VOLYN REGION
Information about review deadlines: The tender offer is evaluated automatically by the electronic procurement system based on the criteria and evaluation methodology specified by the customer in this tender documentation using an electronic auction. To conduct open bidding using an electronic auction, at least two tender offers must be submitted. The date and time of the electronic auction are determined automatically by the electronic procurement system. The electronic auction is conducted by the electronic procurement system in accordance with Article 30 of the Law. The evaluation criteria are the price. The weight of the criterion is 100%. The price of the tender offer cannot exceed the expected cost of the procurement object specified in the announcement of open bidding. The customer does not accept for consideration a tender offer whose price is higher than the expected cost of the procurement object specified by the customer in the announcement of open bidding. After evaluating the tender offers, the customer considers the tender offer that is determined to be the most economically advantageous for compliance with the requirements of the tender documentation. Consideration and evaluation of tender offers shall be carried out in accordance with Article 29 of the Law (the provisions of parts two, twelve, sixteen, paragraphs two and three of part fifteen of Article 29 of the Law shall not apply) taking into account the provisions of paragraph 43 of the Features. The term for consideration of a tender offer that is determined to be the most economically advantageous based on the results of the evaluation shall not exceed five working days from the date of its determination as the most economically advantageous. Such term may be reasonably extended by the customer up to 20 working days. In the event of an extension of the term, the customer shall publish a notice in the electronic procurement system within one day from the date of making the relevant decision. In the event of rejection of a tender offer that is determined to be the most economically advantageous based on the results of the evaluation, the customer shall consider the next tender offer in the list of tender offers ranked by the results of their evaluation, starting with the best one, which is considered to be the most economically advantageous in such a case, in the order and within the terms specified in the Features. If one tender offer has been submitted, the electronic procurement system, after the expiration of the deadline for submitting tender offers specified by the customer in the announcement of open bidding, discloses all information specified in the tender offer, except for the information specified in paragraph 40 of the Features, does not evaluate such a tender offer and determines such a tender offer as the most economically advantageous. The protocol of opening tender offers is formed and published in accordance with parts three and four of Article 28 of the Law. The customer considers such a tender offer in accordance with the requirements of Article 29 of the Law (the provisions of parts two, five - nine, eleven, twelve, fourteen, sixteen, paragraphs two and three of part fifteen of Article 29 of the Law do not apply) taking into account the provisions of paragraph 43 of the Features. The customer considers the most economically advantageous tender offer of the participant in the procurement procedure in accordance with this paragraph in terms of its compliance with the requirements of the tender documentation. The customer and the participants cannot initiate any negotiations on the issues of making changes to the content or price of the submitted tender offer. Based on the results of the consideration and evaluation of the tender offer, the customer determines the winner of the procurement procedure and makes a decision on the intention to conclude a procurement contract in accordance with the Law, taking into account the Features. The decision on the intention to conclude a procurement contract is made by the customer in accordance with the provisions specified in Article 33 of the Law and paragraph 49 of the Features. The notification of the intention to conclude a procurement contract is automatically generated by the electronic procurement system within one day from the date of publication by the customer of the decision on determining the winner of the procurement procedure in the electronic procurement system. If the participant becomes the winner of several or all lots, the customer may conclude one procurement contract with the winner by combining the lots. The participant is responsible for the accuracy of the information provided in the offer. The customer has the right to request confirmation of the information provided by the participant in the procurement procedure from state authorities, enterprises, institutions, organizations in accordance with their competence. grounds specified in paragraph 47 of the features, or the fact of indicating in the tender offer any unreliable information that is significant when determining the results of open bidding, the customer rejects the tender offer of such a participant in the procurement procedure.
8. Organisations
8.1.
ORG-0001
Official name1 STATE FIRE AND RESCUE DEPARTMENT OF THE MAIN DEPARTMENT OF THE STATE SERVICE OF UKRAINE FOR EMERGENCIES IN VOLYN REGION
Registration number38131220
TownLuts
Postcode43020
CountryUkraine
Emailo.mosiichuk@dsns.gov.ua
Telephone+380994598216
Roles of this organisation
Buyer
Review organisation
8.1.
ORG-0000
Official namePublications Office of the European Union
Registration numberPUBL
TownLuxembourg
Postcode2417
Country subdivision (NUTS)Luxembourg (LU000)
CountryLuxembourg
Emailted@publications.europa.eu
Telephone+352 29291
Internet addresshttps://op.europa.eu
Roles of this organisation
TED eSender
Notice information
Notice identifier/versionbd65f45b-983b-43e9-a7d7-dec7b623e683  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date29/04/2026 11:20:01 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number299759-2026
OJ S issue number84/2026
Publication date30/04/2026