Transport of school swimming

Vestvågøy municipality invites tenderers to participate in an open tender contest for passenger transport for school swimming at municipal schools in the period November 2025 to December 2028 (2030). The contract will be valid for 3 years, with an option for a 1+1 year extension. The objective of the procurement …

CPV: 60100000 Služby silniční dopravy, 60140000 Nepravidelná osobní doprava
Termín:
29. srpna 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
Transport of school swimming
Misto zadání:
Vestvågøy kommune
Číslo zakázky:
25/

1. Buyer

1.1 Buyer

Official name : Vestvågøy kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Transport of school swimming
Description : Vestvågøy municipality invites tenderers to participate in an open tender contest for passenger transport for school swimming at municipal schools in the period November 2025 to December 2028 (2030). The contract will be valid for 3 years, with an option for a 1+1 year extension. The objective of the procurement is to choose a provider of bus transport for school swimming. The transport will take place between the schools at Bøstad, Svarholt, Fygle, Buksnes and Ballstad and the swimming facility at Leknes. The number of passengers for the trips will be approx. 15-45, including teachers and assistants. The municipality shall also have the right, but not an obligation, to book other school trips.
Procedure identifier : f509dba2-8416-4727-9923-b4e954566093
Internal identifier : 25/
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement will be carried out as an open tender contest cf. FOA § 8-3 with an option for dialogue with negotiations, cf. the Public Procurement Regulations § 9-2 (1) and (3).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60140000 Non-scheduled passenger transport

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information : Vestvågøy municipality

2.1.3 Value

Estimated value excluding VAT : 2 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out as an open tender contest cf. FOA § 8-3 with an option for dialogue with negotiations, cf. the Public Procurement Regulations § 9-2 (1) and (3).

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 of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : Transport of school swimming
Description : Vestvågøy municipality invites tenderers to participate in an open tender contest for passenger transport for school swimming at municipal schools in the period November 2025 to December 2028 (2030). The contract will be valid for 3 years, with an option for a 1+1 year extension. The objective of the procurement is to choose a provider of bus transport for school swimming. The transport will take place between the schools at Bøstad, Svarholt, Fygle, Buksnes and Ballstad and the swimming facility at Leknes. The number of passengers for the trips will be approx. 15-45, including teachers and assistants. The municipality shall also have the right, but not an obligation, to book other school trips.
Internal identifier : 25/

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60140000 Non-scheduled passenger transport
Options :
Description of the options : Duration of 1+1 year.

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information : Vestvågøy municipality

5.1.3 Estimated duration

Start date : 21/09/2025
Duration end date : 22/09/2030

5.1.5 Value

Estimated value excluding VAT : 2 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Passenger road transport services

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The price shall be in the completed price form. Any reservations and/or deviations will be described in the tender letter with the stated price consequences.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Environment
Description : - Description of which concrete measures, connected directly to this contract, the tenderer makes in relation to the phasing-in of zero emission technology. - Description of environmental vehicles (size of vehicles, used fuel, eco driving courses etc.), vehicles in this agreement shall as a minimum fulfil the Euro 6 requirements. - Any environmental certification.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : - Description of the driver's service setting and characteristics, as well as routines for attendance, waiting times, events and repeated assets. - Description of ordering routines and contact persons. - Overview of the company ́s total number of manlabors drivers available for the relevant assignments. Drivers who can be used for other assignments and who are therefore not available for the framework agreement in question, shall not be included in the overview. Overview of the company's vehicles available for the assignment: -Identified - number of seat places, including driver. - it shall be clear whether the vehicle is equipped with a wheelchair ramp/wheelchair room. For vehicles where wheelchair space can be freed by removing some seats, the number of seats when carrying a wheelchair passenger must be given. - reliable security, including safety seals based on the current regulations. Vehicles that are available for other assignments and which are not available for the contract in question, shall not be included in the overview. If sub-suppliers are used for parts of the assignment, their ability to fulfil the contract shall be described.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 21/08/2025 14:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260944630.aspx

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
Deadline for receipt of tenders : 29/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : At the contracting authority ́s discretion, some missing tender related documents can be submitted at a later date.
Information about public opening :
Opening date : 29/08/2025 10:00 +00:00
Place : 8370 Leknes
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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Salten og Lofoten Tingrett
Information about review deadlines : Appeals on the award must be received at the contracting authority at the latest 10 days after the award of contract notice. The waiting period before the contract is signed is ten days.
Organisation receiving requests to participate : Vestvågøy kommune
Organisation processing tenders : Vestvågøy kommune

8. Organisations

8.1 ORG-0001

Official name : Vestvågøy kommune
Registration number : 942570619
Postal address : Postboks 203,
Town : Leknes
Postcode : 8376
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Ove Berg
Telephone : +47 76056000
Fax : +47 76056001
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Salten og Lofoten Tingrett
Registration number : 826723122
Department : Svolvær
Town : Svolvær
Postcode : 8300
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : ec9b9d2b-594a-4c2b-a913-d9d1e92b18e3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/07/2025 08:31 +00:00
Notice dispatch date (eSender) : 10/07/2025 13:35 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00458959-2025
OJ S issue number : 132/2025
Publication date : 14/07/2025