Service, maintenance and EU certification (PKK) of vehicles.

The aim is to ensure a nationwide framework agreement that, if needed, shall cover periodical service, maintenance and EU certification (PKK) of the Norwegian Customs ́s vehicles in accordance with the Norwegian Customs ́s guidelines for vehicle management within the at any given time applicable vehicle park that the Norwegian …

CPV: 50100000 Repair, maintenance and associated services of vehicles and related equipment, 50110000 Repair and maintenance services of motor vehicles and associated equipment, 50112000 Repair and maintenance services of cars, 50112100 Car repair services, 50112200 Car maintenance services, 50116000 Maintenance and repair services related to specific parts of vehicles, 50116200 Repair and maintenance services of vehicle brakes and brake parts, 50116300 Repair and maintenance services of vehicle gearboxes, 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment, 50532100 Repair and maintenance services of electric motors, 71631200 Technical automobile inspection services
Deadline:
Oct. 10, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Service, maintenance and EU certification (PKK) of vehicles.
Awarding body:
Tolletaten
Award number:
25/43724

1. Buyer

1.1 Buyer

Official name : Tolletaten
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Service, maintenance and EU certification (PKK) of vehicles.
Description : The aim is to ensure a nationwide framework agreement that, if needed, shall cover periodical service, maintenance and EU certification (PKK) of the Norwegian Customs ́s vehicles in accordance with the Norwegian Customs ́s guidelines for vehicle management within the at any given time applicable vehicle park that the Norwegian Customs has at its disposal. Service, maintenance work (including individual body work etc.) and EU certification (PKK) shall be carried out by authorised workshops so that new vehicle guarantees are maintained and that the vehicles always have a satisfactory technical standard as regards the authority requirements for vehicles. The procurement does not include; Guarantee deliveries resulting from a new vehicle guarantee, improvements due to insurance cases where the Norwegian Customs is not responsible, major body work, vehicle stalling, tyres and tyre hotel, glass panes, fuel and car accessories, washing and polishing.
Procedure identifier : d2a72c31-6289-43dc-8078-89d87ed32beb
Internal identifier : 25/43724
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 50110000 Repair and maintenance services of motor vehicles and associated equipment
Additional 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 ): 50116000 Maintenance and repair services related to specific parts of vehicles
Additional classification ( cpv ): 50116200 Repair and maintenance services of vehicle brakes and brake parts
Additional classification ( cpv ): 50116300 Repair and maintenance services of vehicle gearboxes
Additional classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50532100 Repair and maintenance services of electric motors
Additional classification ( cpv ): 71631200 Technical automobile inspection services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 12 000 000 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 : Service, maintenance and EU certification (PKK) of vehicles.
Description : The aim is to ensure a nationwide framework agreement that, if needed, shall cover periodical service, maintenance and EU certification (PKK) of the Norwegian Customs ́s vehicles in accordance with the Norwegian Customs ́s guidelines for vehicle management within the at any given time applicable vehicle park that the Norwegian Customs has at its disposal. Service, maintenance work (including individual body work etc.) and EU certification (PKK) shall be carried out by authorised workshops so that new vehicle guarantees are maintained and that the vehicles always have a satisfactory technical standard as regards the authority requirements for vehicles. The procurement does not include; Guarantee deliveries resulting from a new vehicle guarantee, improvements due to insurance cases where the Norwegian Customs is not responsible, major body work, vehicle stalling, tyres and tyre hotel, glass panes, fuel and car accessories, washing and polishing.
Internal identifier : 25/43724

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 50110000 Repair and maintenance services of motor vehicles and associated equipment
Additional 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 ): 50116000 Maintenance and repair services related to specific parts of vehicles
Additional classification ( cpv ): 50116200 Repair and maintenance services of vehicle brakes and brake parts
Additional classification ( cpv ): 50116300 Repair and maintenance services of vehicle gearboxes
Additional classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50532100 Repair and maintenance services of electric motors
Additional classification ( cpv ): 71631200 Technical automobile inspection services
Options :
Description of the options : 2

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.5 Value

Estimated value excluding VAT : 12 000 000 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 : Other economic or financial requirements
Description : The chosen tenderer shall have his tax and VAT payments in order. Tax and VAT certificate A certificate shall be submitted that documents that the tenderer has paid taxes and VAT. The certificate can be ordered by a tenderer on Altinn - Certificate order. The certificate must not be more than six months calculated from the deadline for receipt of tenders. The chosen foreign tenderer must provide certificate(s) from authorities equivalent to the Norwegian authorities.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : The chosen tenderer shall be a legally established company. Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Tenderers shall have sufficient financial capacity to carry out the delivery, including satisfactory turnover, result, degree of liquidity and equity. Credit evaluation/rating, not older than six months, based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution.
Criterion : References on specified services
Description : Tenderers shall have experience from comparable contracts. Comparable assignments means experience from equivalent deliveries/assignments as described in point 1.4 above. Description of the tenderer's three most relevant contracts in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). References must be contactable if necessary, to clarify the relevance of the assignment. However, it is the tenderer ́s responsibility to document relevance through the description.
Criterion : Technicians or technical bodies for quality control
Description : Tenderers shall have sufficient implementation ability and capacity. A statement of the tenderer's average workforce in the last 3 years and for the implements, machines, tools, materials or technical equipment that the tenderer can use for fulfilment of the contract/assignment.

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 : Allowed
Deadline for receipt of tenders : 10/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 40 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 : no
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 : Oslo Tingrett
Information about review deadlines : Ten days waiting period.

8. Organisations

8.1 ORG-0001

Official name : Tolletaten
Registration number : 880455702
Postal address : Tollbugata 1A
Town : OSLO
Postcode : 0152
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Alicia Sandgren
Telephone : +47 98904694
Internet address : https://www.toll.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : a8fd8b89-1745-43ef-a654-4102216c3e5d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/09/2025 11:38 +00:00
Notice dispatch date (eSender) : 11/09/2025 06:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00596497-2025
OJ S issue number : 175/2025
Publication date : 12/09/2025