50-BYM-2024 - Framework agreement for service and maintenance of the Agency for Urban Environment ́s light vehicles (under 3,500 kg).

This procurement has been published twice in the past, with four different sub-contracts. Only sub-contract 1 is now being announced - a framework agreement for the service and maintenance of light vehicles (under 3,500 kg) - is being re-announced. Unlike the other two times when this framework agreement has been …

CPV: 50112000 Услуги по техническо обслужване и ремонт на леки автомобили, 50112100 Услуги по ремонт на леки автомобили, 50112200 Услуги по техническо обслужване на автомобили, 50116300 Услуги по ремонт и регулиране на предавателната (скоростнатa) кутия на автомобилите, 50116500 Услуги по ремонт, регулиране и балансиране на гумите на автомобилите
Краен срок:
Авг. 28, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
50-BYM-2024 - Framework agreement for service and maintenance of the Agency for Urban Environment ́s light vehicles (under 3,500 kg).
Издаващ орган:
Oslo kommune v/ Bymiljøetaten
Номер на наградата:
24/93650

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Bymiljøetaten
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 50-BYM-2024 - Framework agreement for service and maintenance of the Agency for Urban Environment ́s light vehicles (under 3,500 kg).
Description : This procurement has been published twice in the past, with four different sub-contracts. Only sub-contract 1 is now being announced - a framework agreement for the service and maintenance of light vehicles (under 3,500 kg) - is being re-announced. Unlike the other two times when this framework agreement has been announced, the following changes have been made to the requirement specification: Point 1.2.3, "Execution of annual calibration of a alco locks", has been changed from a MUST requirement to a BØR requirement. The intention of the procurement is to enter into a framework agreement that ensures the total need for inspections, service and maintenance of the agency ́s light vehicles, where a previous service contract expires. This can e.g. be after the guarantee period has expired. Insurance damages that are covered by the other party ́s insurance company do not enter into this framework agreement. Most of the agency's passenger cars and goods vans under 3,500 kg are electric. Based on the fact that there is a city council decision that all machines and vehicles in Oslo municipality should be zero emission by the end of 2025, fossil-driven vehicles will be phased out continuously.
Procedure identifier : 8e203195-0e0a-4355-8b91-3bfcf6b8f87e
Internal identifier : 24/93650
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50112000 Repair and maintenance services of cars
Additional classification ( cpv ): 50112100 Car repair services
Additional classification ( cpv ): 50112200 Car maintenance services
Additional classification ( cpv ): 50116300 Repair and maintenance services of vehicle gearboxes
Additional classification ( cpv ): 50116500 Tyre repair services, including fitting and balancing

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : Oslo

2.1.3 Value

Estimated value excluding VAT : 11 400 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
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?
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 obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 50-BYM-2024 - Framework agreement for service and maintenance of the Agency for Urban Environment ́s light vehicles (under 3,500 kg).
Description : This procurement has been published twice in the past, with four different sub-contracts. Only sub-contract 1 is now being announced - a framework agreement for the service and maintenance of light vehicles (under 3,500 kg) - is being re-announced. Unlike the other two times when this framework agreement has been announced, the following changes have been made to the requirement specification: Point 1.2.3, "Execution of annual calibration of a alco locks", has been changed from a MUST requirement to a BØR requirement. The intention of the procurement is to enter into a framework agreement that ensures the total need for inspections, service and maintenance of the agency ́s light vehicles, where a previous service contract expires. This can e.g. be after the guarantee period has expired. Insurance damages that are covered by the other party ́s insurance company do not enter into this framework agreement. Most of the agency's passenger cars and goods vans under 3,500 kg are electric. Based on the fact that there is a city council decision that all machines and vehicles in Oslo municipality should be zero emission by the end of 2025, fossil-driven vehicles will be phased out continuously.
Internal identifier : 24/93650

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50112000 Repair and maintenance services of cars
Additional classification ( cpv ): 50112100 Car repair services
Additional classification ( cpv ): 50112200 Car maintenance services
Additional classification ( cpv ): 50116300 Repair and maintenance services of vehicle gearboxes
Additional classification ( cpv ): 50116500 Tyre repair services, including fitting and balancing

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : Oslo

5.1.3 Estimated duration

Duration : 6 Year

5.1.5 Value

Estimated value excluding VAT : 11 400 000 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) : no

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : The tenderer shall be a legally established company.
Criterion : Other economic or financial requirements
Description : The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract.
Criterion : Measures for ensuring quality
Description : The tenderer shall have good experience from similar assignments. Tenderers shall have a relevant quality assurance system for content of the contract. Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract ́s environmental provisions (see contract point 16). This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract. Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses, cf. the contract's point 14. This means that the Tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as to prevent environmental degradation and corruption.

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
Deadline for receipt of tenders : 28/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 90 Day
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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : The framework agreement will be valid for four years, with an option for a further 1 year + 1 year extension.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Information about review deadlines : In accordance with the public procurement regulations.

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Bymiljøetaten
Registration number : 996 922 766
Postal address : Postboks 636 Løren
Town : Oslo
Postcode : 0507
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Magnus Sander
Telephone : +4723482030
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 23482030
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 95c54e4c-e52a-4e77-bf25-0a786a531ba8 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/06/2025 14:27 +00:00
Notice dispatch date (eSender) : 30/06/2025 15:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00426751-2025
OJ S issue number : 124/2025
Publication date : 02/07/2025