Leasing of cars and vehicle administration, electronic travel log with additional modules, and tyres, tyre hotel etc.

The objective of the procurement is to cover the health authorities ́needs for operational leasing of vehicles and vehicle administration, electronic logbooks with additional modules and purchase of tyres as well as tyre hotel/storage and tyre replacement. Further information on what is requested in the different sub-contracts is in the …

CPV: 34100000 Kraftfahrzeuge, 34110000 Personenkraftwagen, 34111000 Kombiwagen und Limousinen, 34113000 Fahrzeuge mit Allradantrieb, 34114122 Patiententransportfahrzeuge, 34114300 Fahrzeuge für die Sozialfürsorge, 34115000 Sonstige Personenkraftwagen, 34142100 Lastwagen mit Hebeplattform, 34144900 Elektrofahrzeuge, 34350000 Reifen für Normalbeanspruchung und Hochleistungsreifen, 34351100 Reifen für Kraftfahrzeuge, 34352000 Hochleistungsreifen, 34352100 Reifen für Lastkraftwagen, 50111000 Verwaltung, Reparatur und Wartung von Fahrzeugparks, 50116500 Reifenreparatur, einschließlich Montieren und Auswuchten
Frist:
16. Juni 2025 10:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Leasing of cars and vehicle administration, electronic travel log with additional modules, and tyres, tyre hotel etc.
Vergabestelle:
SYKEHUSINNKJØP HF
Vergabenummer:
2024/20155

1. Buyer

1.1 Buyer

Official name : SYKEHUSINNKJØP HF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Leasing of cars and vehicle administration, electronic travel log with additional modules, and tyres, tyre hotel etc.
Description : The objective of the procurement is to cover the health authorities ́needs for operational leasing of vehicles and vehicle administration, electronic logbooks with additional modules and purchase of tyres as well as tyre hotel/storage and tyre replacement. Further information on what is requested in the different sub-contracts is in the requirement specifications, as well as point 1.2 of the competition provisions, the objective and scope of the procurement.
Procedure identifier : a9e793e7-17d2-4e80-87b5-7d84946800dd
Internal identifier : 2024/20155
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34111000 Estate and saloon cars
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34114122 Patient-transport vehicles
Additional classification ( cpv ): 34114300 Welfare vehicles
Additional classification ( cpv ): 34115000 Other passenger cars
Additional classification ( cpv ): 34142100 Elevator-platforms trucks
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 34350000 Tyres for heavy/light-duty vehicles
Additional classification ( cpv ): 34351100 Tyres for motor cars
Additional classification ( cpv ): 34352000 Heavy-duty tyres
Additional classification ( cpv ): 34352100 Tyres for trucks
Additional classification ( cpv ): 50116500 Tyre repair services, including fitting and balancing

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 588 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be held as an open tender contest in accordance with the Act from 17 June 2016 no. 73 on public procurements and the regulations 12 August 2016 no. 974 on public procurements parts I and III.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 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-0001

Title : Sub-contract 1: Leasing of vehicles and vehicle administration.
Description : The procurement includes operational leasing as a financing form for the vehicles included in the agreement. A contract shall be signed for vehicle administration, including a vehicle administration system (Web-portal). The vehicle administration shall cover the administration of both new leased vehicles and, if requested by the Contracting Authority, the existing vehicle fleet, which consists of both leased and self-owned vehicles. Vehicle administration includes, among other things, an vehicle administration system, as well as follow-up of leasing agreements, maintenance, reporting, invoicing and other relevant administrative assignments. In addition the supplier on the contract shall have an advisory function towards the Contracting Authority, with particular emphasis on optimisation, cost efficiency and sustainable systems in the management of the fleet. The current supplier currently administers approx. 2,600 vehicles for the health authorities, including approx. 600 ambulances.   In the event of a transition to the new supplier, the administration of the entire vehicle fleet will be transferred to the new supplier, whilst the existing signed leasing agreements shall be continued with the former supplier on existing terms in accordance with the current framework agreement and the agreed terms.  See the Price Form and requirement specifications for further details on the sub-contract.
Internal identifier : 2025/49667

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34111000 Estate and saloon cars
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34114122 Patient-transport vehicles
Additional classification ( cpv ): 34114300 Welfare vehicles
Additional classification ( cpv ): 34115000 Other passenger cars
Additional classification ( cpv ): 34142100 Elevator-platforms trucks
Additional classification ( cpv ): 34144900 Electric vehicles

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 30/11/2025
Duration end date : 30/11/2027

5.1.5 Value

Estimated value excluding VAT : 520 000 000 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) : yes

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 Vehicle purchase, lease or rent

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : See the competition provisions point 5.2. Registrations, authorisations, etc.
Criterion : Financial ratio
Description : See the competition provisions point 5.3. Economic and financial capacity.
Criterion : Technicians or technical bodies for quality control
Description : See the competition provisions point 5.4. Technical and professional qualifications.

5.1.11 Procurement documents

Deadline for requesting additional information : 09/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256475096.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 : Required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 16/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 16/06/2025 10:00 +00:00
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
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : Waiting period 10 days

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2: Electronic travel log with additional modules.
Description : Tenders are wanted for an electronic travel log with the accompanying additional modules, which shall function as a supplement to the vehicle administration. The system shall contribute to a more cost efficient and time-saving operation of the health authorities ́ vehicles. See the Requirement Specifications for a detailed description of the requirements and functionality.
Internal identifier : 2025/49668

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50111000 Fleet management, repair and maintenance services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 30/11/2025
Duration end date : 30/11/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework agreement period is 2 years. After that the Contracting Authority can prolong the agreement with up to one year at a time. The total maximum agreement period is 4 years. (2+1+1)

5.1.5 Value

Estimated value excluding VAT : 8 000 000 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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : See the competition provisions point 5.2. Registrations, authorisations, etc.
Criterion : Financial ratio
Description : See the competition provisions point 5.2. Registrations, authorisations, etc.
Criterion : Technicians or technical bodies for quality control
Description : See the competition provisions point 5.4. Technical and professional qualifications.

5.1.11 Procurement documents

Deadline for requesting additional information : 09/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256475096.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 : Required
Variants : Not allowed
Deadline for receipt of tenders : 16/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 16/06/2025 10:00 +00:00
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
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : Waiting period 10 days

5.1 Lot technical ID : LOT-0003

Title : Sub-contract 3: Tyres, tyre hotel etc.
Description : Tenders are wanted for the procurement of tyres, storage of tyres in tyre hotel, wheel change, as well as accompanying accessories and services related to this service. See the Requirement Specifications and the Price Form for further details on the requirements and extent.
Internal identifier : 2025/49669

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50116500 Tyre repair services, including fitting and balancing
Additional classification ( cpv ): 34350000 Tyres for heavy/light-duty vehicles
Additional classification ( cpv ): 34351100 Tyres for motor cars
Additional classification ( cpv ): 34352000 Heavy-duty tyres

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 30/11/2025
Duration end date : 30/11/2027

5.1.5 Value

Estimated value excluding VAT : 60 000 000 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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : See the competition provisions point 5.2. Registrations, authorisations, etc.
Criterion : Financial ratio
Description : See the competition provisions point 5.3. Economic and financial capacity.
Criterion : Technicians or technical bodies for quality control
Description : See the competition provisions point 5.4. Technical and professional qualifications.

5.1.11 Procurement documents

Deadline for requesting additional information : 09/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256475096.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 : Required
Variants : Not allowed
Deadline for receipt of tenders : 16/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 16/06/2025 10:00 +00:00
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
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : Waiting period 10 days

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Tollbugata 7
Town : VADSØ
Postcode : 9800
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Indre og Østre Finnmark tingrett
Registration number : 926 722 840
Town : Vadsø
Postcode : 9800
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 208d9028-a536-4ab1-ae0c-13d678eaa62e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/05/2025 06:31 +00:00
Notice dispatch date (eSender) : 14/05/2025 06:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00314690-2025
OJ S issue number : 93/2025
Publication date : 15/05/2025