Transport services Buss Grenland 2027

Telemark county hereby invites tenderers to participate in a competition for a Contract for the procurement of transport services by bus in Grenland «Transport services Buss Grenland 2027». The competition has one route area for all of Grenland. The route offer builds on recommendations given in the Grenland bus traffic …

CPV: 60000000 Transport services (excl. Waste transport), 34121000 Buses and coaches, 34121100 Public-service buses, 60112000 Public road transport services
Place of execution:
Transport services Buss Grenland 2027
Awarding body:
Telemark fylkeskommune
Award number:
25/08751

1. Buyer

1.1 Buyer

Official name : Telemark fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Transport services Buss Grenland 2027
Description : Telemark county hereby invites tenderers to participate in a competition for a Contract for the procurement of transport services by bus in Grenland «Transport services Buss Grenland 2027». The competition has one route area for all of Grenland. The route offer builds on recommendations given in the Grenland bus traffic plan (strategic route plan, May 2023) with an additional note from May 2025. The route offer is adapted to the expected available financial framework for the Contract entered into after this tender contest. The route offer that will form the basis for this competition is mainly the same as that put into production in July 2025 in connection with the start of the current two year contract for transport services Buss Grenland 2025 – 2027. The contract shall be valid from when the contract is signed and with an operational period of 6 or 12 years. C.f. political decision, case 70/25 in the County Council of Telemark County, 19.06.2025. In this Contract there are requirements for fossil free buses in accordance with the regulations §3 letter d) and e) already from the start-up 01.07.2027. The exception for buses using biogas, c.f. the regulations §4 letter c, can be used. The Contracting Authority juxtaposes buses that use biogas and buses defined as emission free in accordance with the regulations § 3 d) and e). See the tender documentation for further information on the procurement.
Procedure identifier : 8d6b0395-1308-4a40-87ce-6ce076fc7fa5
Internal identifier : 25/08751
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The competition will be held in accordance with the Act from 17 June 2016 no. 73 on public procurements and regulations 12 August 2016 no. 975 on procurement rules in the supply sectors (utilities regulations) parts I and II. The competition will be held as a competition with negotiations. The contracting authority reserves the right to reduce the number of tenders that are negotiated. See the tender documentation for more information.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 34121000 Buses and coaches
Additional classification ( cpv ): 34121100 Public-service buses
Additional classification ( cpv ): 60112000 Public road transport services

2.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information : Route area Grenland See the tender documentation

2.1.3 Value

Estimated value excluding VAT : 3 600 000 000 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 : 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-0000

Title : Transport services Buss Grenland 2027
Description : Telemark county hereby invites tenderers to participate in a competition for a Contract for the procurement of transport services by bus in Grenland «Transport services Buss Grenland 2027». The competition has one route area for all of Grenland. The route offer builds on recommendations given in the Grenland bus traffic plan (strategic route plan, May 2023) with an additional note from May 2025. The route offer is adapted to the expected available financial framework for the Contract entered into after this tender contest. The route offer that will form the basis for this competition is mainly the same as that put into production in July 2025 in connection with the start of the current two year contract for transport services Buss Grenland 2025 – 2027. The contract shall be valid from when the contract is signed and with an operational period of 6 or 12 years. C.f. political decision, case 70/25 in the County Council of Telemark County, 19.06.2025. In this Contract there are requirements for fossil free buses in accordance with the regulations §3 letter d) and e) already from the start-up 01.07.2027. The exception for buses using biogas, c.f. the regulations §4 letter c, can be used. The Contracting Authority juxtaposes buses that use biogas and buses defined as emission free in accordance with the regulations § 3 d) and e). See the tender documentation for further information on the procurement.
Internal identifier : 25/08751

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 34121000 Buses and coaches
Additional classification ( cpv ): 34121100 Public-service buses
Additional classification ( cpv ): 60112000 Public road transport services
Options :
Description of the options : No options See the tender documentation

5.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information : Route area Grenland See the tender documentation

5.1.3 Estimated duration

Start date : 19/12/2025
Duration end date : 30/06/2039

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 3 600 000 000 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 : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

Green Procurement Criteria : National Green Public Procurement criteria
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

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Deadline for requesting additional information : 21/09/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=67469

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 10/10/2025
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
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : See the tender documentation.
Deadline for receipt of requests to participate : 29/09/2025 10:00 +00:00
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 : See the tender documentation.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : See the tender documentation.
Electronic invoicing : Required
Electronic ordering will be used : no
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

Mediation organisation : Telemark tingrett
Review organisation : Telemark tingrett
Information about review deadlines : See the tender documentation.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Telemark tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Telemark tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Telemark tingrett
Organisation providing additional information about the procurement procedure : Telemark fylkeskommune
Organisation providing offline access to the procurement documents : Telemark fylkeskommune
Organisation providing more information on the review procedures : Telemark fylkeskommune
Organisation receiving requests to participate : Telemark fylkeskommune
Organisation processing tenders : Telemark fylkeskommune

8. Organisations

8.1 ORG-0001

Official name : Telemark fylkeskommune
Registration number : 929882989
Department : Samferdsel
Postal address : Torggata 18
Town : Skien
Postcode : 3717
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Contact point : Øyvind Hanssen
Telephone : +47 99 28 63 04
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

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
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

Notice information

Notice identifier/version : b75f4c5e-4012-4ee8-b710-0959781c0a4b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/08/2025 13:53 +00:00
Notice dispatch date (eSender) : 25/08/2025 14:03 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00558176-2025
OJ S issue number : 163/2025
Publication date : 27/08/2025