Leasing of vehicles and vehicle administrative services - 2025-2029

The contracting authority would like, on behalf of all 6 municipalities in Grenland, to enter into a framework agreement with one (1) tenderer for the purchase of leasing and vehicle administrative services for a total period of four years (including extensions). The vehicles shall be used for municipal services for …

CPV: 34100000 Motor vehicles, 66114000 Financial leasing services
Deadline:
Aug. 15, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Leasing of vehicles and vehicle administrative services - 2025-2029
Awarding body:
GKI Grenlandskommunenes Innkjøpsenhet
Award number:
25/5662

1. Buyer

1.1 Buyer

Official name : GKI Grenlandskommunenes Innkjøpsenhet
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Leasing of vehicles and vehicle administrative services - 2025-2029
Description : The contracting authority would like, on behalf of all 6 municipalities in Grenland, to enter into a framework agreement with one (1) tenderer for the purchase of leasing and vehicle administrative services for a total period of four years (including extensions). The vehicles shall be used for municipal services for Skien, Porsgrunn, Bamble, Kragerø, Drangedal and Siljan municipalities, as well as an option or participation for all 19 accompanying municipal and intermunicipal companies.
Procedure identifier : 9de384d3-8811-4393-bae0-91a0441f3917
Internal identifier : 25/5662
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 66114000 Financial leasing services

2.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 1

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 : Has 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 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-0001

Title : General part
Description : On behalf of all 6 municipalities in Grenland, the contracting authority would like to enter into a framework agreement with one (1) supplier for the procurement of leasing and vehicle administrative services for a total period of 4 years (including Extensions). The vehicles shall be used for municipal services for Skien, Porsgrunn, Bamble, Kragerø, Drangedal and Siljan, as well as an option or participation for all 19 accompanying municipal. and intermunicipal companies.
Internal identifier : 1667445

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34100000 Motor vehicles

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Start date : 08/09/2025
Duration end date : 08/09/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

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

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 : The organisational and legal position of the tenderer: Demand: Tenderers shall be registered in a company register, professional register or a trade register in the state the tenderer is established. Documentation requirement: Norwegian companies: Documented by a valid Company Registration Certificate. from the Brønnøysund Register Centre. Foreign companies: Documentation that the company is registered in a company register, professional register or a trade register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : The tenderer ́s tax, payroll tax and VAT certificate: Demand: Tenderers shall have their conditions in regard to payment of tax, employer contributions and value added tax. Documentation requirement: Norwegian companies: Tax certificate, not older than 6 months. Foreign companies: Tenderers with business address outside Norway, shall enclose certificates issued by the relevant authority in the country of origin.
Criterion : Financial ratio
Description : The tenderer ́s economic and financial capacity: Demand: The tenderer shall have sufficient economic and financial capacity to be able to. fulfil the contract. Creditworthiness with no requirement for security will be sufficient to meet the requirement. Documentation requirement: Credit rating based on the most recent accounting figures. The rating shall be carried out by credit information company with licence to operate such activity. • If the tenderer has a justifiable reason for not submitting the requested documentation, this capacity is documented by any other document which the Contracting Authority deems suitable. • Tenderers are required to have economic and financial ability. to implement the contract.
Criterion : Relevant educational and professional qualifications
Description : The tenderer ́s technical and professional qualifications: Demand: Tenderers shall have solid experience from operational Leasing of vehicles and vehicle administrative services, and comparable mission. Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments during the last 3 years. The description must include a statement of the assignment ́s value, date and recipient (name, gender neutral preferred, telephone number and email address). It shall also describe the number of vehicles procured and administered in each assignment. It is the tenderer's responsibility to document relevance through the description. • The contracting authority reserves the right to contact provided references in order to verify submitted information. • Tenderers can document their experience by viewing for competence of personnel that he has at his disposal and can use for this assignment, even if the experience is worked up while the personnel have provided services for a another tenderer.
Criterion : Environmental management measures
Description : The tenderer's environmental management system: Demand: The tenderer (company) shall. have a good and well functioning system for environmental management for their business and the services that shall be delivered. Systems and routines are required. that ensure a low impact on the environment when carrying out the delivery. Documentation requirement: An account shall be enclosed here of and documented in the tenderer ́s system. The environmental management system shall i.a. ensure continual improvement on; • The organisation ́s competence in the environment and safety. • the service ́s climate impact. Documentation of fulfilled requirements can be undertaken when presenting one or both of the following points: The tenderer describes the company's routines for environmental management system, with emphasis on a low impact on the environment. • If a tenderer has one or more ISO certifications in the ISO 14000 series or equivalent, shall this is to be described and presented as documentation. It Documentation is also wanted if the tenderer does not have the actual certification, but where the business controlled in accordance with ISO 14000 series or equivalent.
Criterion : Measures for ensuring quality
Description : The tenderer's quality management system: Demand: The tenderer (company) shall. have a good and well functioning system for quality management / quality assurance for their business and the services that shall be delivered. The concept of a quality management system is that, among other things, supplier has a consciousness for example, quality objectives, planning, securing, handling deviations and quality improvement. Documentation requirement: An account shall be enclosed here of and documented in the tenderer ́s system. Documentation of fulfilled requirements can be undertaken when presenting one or both of the following points: The tenderer describes the company's quality management routines, with emphasis on quality assurance, resource management, management's responsibility and continual analysis and improvement. • If a tenderer has one or more ISO certifications. in the ISO 9000 series or equivalent, this shall be described and presented as documentation. We would also like documentation if the tenderer does not have the actual certification, but where the company is managed in accordance with ISO 9000 series or equivalent.
Criterion : Security of information
Description : Sub-supplier/ Commitment statement: If the Tenderer is dependent on sub-suppliers to fulfil the contract, either in the form of support to economic and financial capacity, technical and/or professional qualifications, by a commitment statement demonstrating that the tenderer can use the necessary resources in the supporting company for the execution of this contract (the Regulations § 16-10 (2)). If using sub-suppliers, this support company must also fill in and deliver equivalent information on the ESPD form and qualification requirements, otherwise as described in the chapter "Qualification" of the tenderer". Sub-suppliers will be obliged by their signature on this form - "Commitment Statement". Form is attached to this competition. Rules on what the Tenderer and sub-suppliers must fulfil, both when submitting a tender and during the agreement period is described in the chapter "Terms of Agreement". Manufacturers of goods are not to be seen as sub-suppliers for this. If a tenderer does not need to rely on sub-suppliers, load a single document where you briefly confirm: "We do not support ourselves on sub-suppliers"

5.1.11 Procurement documents

Deadline for requesting additional information : 07/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=63866

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
Information about public opening :
Opening date : 15/08/2025 10:05 +00:00
Place : Skien
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 : Telemark tingrett
Information about review deadlines : Ten Days

5.1 Lot technical ID : LOT-0002

Title : Response to the tender
Description : On behalf of all 6 municipalities in Grenland, the contracting authority would like to enter into a framework agreement with one (1) supplier for the procurement of leasing and vehicle administrative services for a total period of 4 years (including Extensions). The vehicles shall be used for municipal services for Skien, Porsgrunn, Bamble, Kragerø, Drangedal and Siljan, as well as an option or participation for all 19 accompanying municipal. and intermunicipal companies.
Internal identifier : 1667447

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34100000 Motor vehicles

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Start date : 08/09/2025
Duration end date : 08/09/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

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

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 : Average yearly manpower
Description : See the tender documentation.

5.1.11 Procurement documents

Deadline for requesting additional information : 07/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=63866

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 106 Day
Information about public opening :
Opening date : 15/08/2025 10:05 +00:00
Place : Skien
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 : Telemark tingrett
Information about review deadlines : 10

8. Organisations

8.1 ORG-0001

Official name : GKI Grenlandskommunenes Innkjøpsenhet
Registration number : 991799710
Department : Grenlandkommunenes innkjøpsenh
Postal address : Postboks 158
Town : Skien
Postcode : 3724
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Contact point : Bjørn Lauritsen
Telephone : +47 35581000
Internet address : http://www.gki.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Telemark tingrett
Registration number : 926 723 545
Postal address : Postboks 2624
Town : Skien
Postcode : 3702
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Telephone : 35 69 20 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 1afa4a42-115d-4dc7-928d-d7d8b55ef515 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/06/2025 09:20 +00:00
Notice dispatch date (eSender) : 26/06/2025 09:33 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00415016-2025
OJ S issue number : 121/2025
Publication date : 27/06/2025