Vehicles and utility vehicles under 7.5 tons with associated services

The procurement concerns the purchase of climate friendly vehicles in order to cover the group ́s need for passenger cars and utility vehicles under 7.5 tons. Procurements of electric and biogas driven vehicles shall support the group ́s strategic objective of a climate neutral fleet by 2030. As the market …

CPV: 34100000 Motor vehicles
Place of execution:
Vehicles and utility vehicles under 7.5 tons with associated services
Awarding body:
LNETT AS
Award number:
759

1. Buyer

1.1 Buyer

Official name : LNETT AS
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : LYSE NEO AS
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : LYSE LUX AS
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Vehicles and utility vehicles under 7.5 tons with associated services
Description : The procurement concerns the purchase of climate friendly vehicles in order to cover the group ́s need for passenger cars and utility vehicles under 7.5 tons. Procurements of electric and biogas driven vehicles shall support the group ́s strategic objective of a climate neutral fleet by 2030. As the market for climate friendly vehicles is developing rapidly, the Contracting Authority wants to establish a dynamic purchasing system (DPS) for the procurement of different types of vehicles. Examples of the types of vehicles that the Contracting Authority may need to purchase: ·       Small passenger car (combination coupe) ·       Medium sized passenger car (sedan/estate vehicle/compact SUV) ·       Large passenger car (estate vehicle / SUV) ·       Minivan ·       Pickup ·       Small goods van (2WD/4WD, goods compartment minimum 3 m3) ·       Medium sized goods van (2WD/4WD, goods compartment minimum 5 m3) ·       Large goods van (2WD/4WD, goods compartment minimum 8 m3) ·       Light lorry (under 7.5 tons) The DPS also includes any associated services, e.g. a service and maintenance contract, repairs and the purchase of spare parts.
Procedure identifier : 8564112c-acd4-499d-a8c3-d9ee780c5289
Internal identifier : 759
Type of procedure : Restricted
The procedure is accelerated : no

2.1.1 Purpose

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

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 150 000 000 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
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
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?
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.
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).
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).
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).
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 : Is the tenderer 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?
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.
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 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.
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?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
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.
Offence concerning its professional conduct in the domain of defence procurement : 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the country : Is the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Vehicles and utility vehicles under 7.5 tons with associated services
Description : The procurement concerns the purchase of climate friendly vehicles in order to cover the group ́s need for passenger cars and utility vehicles under 7.5 tons. Procurements of electric and biogas driven vehicles shall support the group ́s strategic objective of a climate neutral fleet by 2030. As the market for climate friendly vehicles is developing rapidly, the Contracting Authority wants to establish a dynamic purchasing system (DPS) for the procurement of different types of vehicles. Examples of the types of vehicles that the Contracting Authority may need to purchase: ·       Small passenger car (combination coupe) ·       Medium sized passenger car (sedan/estate vehicle/compact SUV) ·       Large passenger car (estate vehicle / SUV) ·       Minivan ·       Pickup ·       Small goods van (2WD/4WD, goods compartment minimum 3 m3) ·       Medium sized goods van (2WD/4WD, goods compartment minimum 5 m3) ·       Large goods van (2WD/4WD, goods compartment minimum 8 m3) ·       Light lorry (under 7.5 tons) The DPS also includes any associated services, e.g. a service and maintenance contract, repairs and the purchase of spare parts.
Internal identifier : 976

5.1.1 Purpose

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

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 26/06/2025
Duration end date : 27/07/2035

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirements: • Norwegian companies: Company Registration Certificate. Foreign companies: Documentation that the company is registered in a company register, professional register or a commerce register in accordance with the law in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and duty payments in order. Documentation requirements: Norwegian companies: Tax and VAT certificate (RF-1507). The certificate can be obtained from the Norwegian Tax Administration https://www.skatteetaten.no/skjema/attest-for-skatt-og-merverdiavgift/ Foreign companies: Provide certificate(s) that document that the tenderer has fulfilled his tax and duty payment obligations. Documentation shall be delivered in Norwegian/Scandinavian/English. A translation, if any, shall be enclosed with the original certificate. The certificates shall not be older than 6 months from the date of submission of the request for participation. Tenderers with arrears related to the certificates will be rejected. Exceptions can be made from this rule if) the tenderer is in a dispute with the tax authorities, ii) the tenderer has agreed a repayment plan (postponed due) and the size of the arrears is considered acceptable as a risk as regards the company ́s solvency or iii) the size of the arrears is considered immaterial. In all cases, documentation on the case must be enclosed as a part of the submission.
Criterion : Financial ratio
Description : Tenderers shall as a minimum achieve a credit rating equivalent to credit worthy (e.g. D&B rating A, Experian risk class 5 or Creditsafe C) without any requirement for collateral. Documentation requirements: Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with a licence to conduct this service and it must not be older than 6 months from the date of the submission of the request for participation. The contracting authority reserves the right to obtain and assess a credit check of the tenderer via a publicly certified credit rating institution with licence to conduct this service (Experian is used by the Contracting Authority).
Criterion : General yearly turnover
Description : Tenderers shall have an annual minimum turnover of NOK 20 million in the last three years. Documentation requirements: A statement of the company's total turnover for the last three (3) available fiscal years. Alternatively annual accounts for the relevant fiscal years.

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/759
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 27/07/2035 10:00 +00:00
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, also usable by buyers not listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Organisation providing additional information about the procurement procedure : LNETT AS
Organisation providing more information on the review procedures : LNETT AS
Organisation receiving requests to participate : Artifik AS

8. Organisations

8.1 ORG-0001

Official name : LNETT AS
Registration number : 980038408
Postal address : Breiflåtveien 18
Town : STAVANGER
Postcode : 4017
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Bakke, Kristoffer Aarsland
Telephone : +47 51908079
Internet address : https://www.l-nett.no/
Buyer profile : https://www.l-nett.no/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : LYSE NEO AS
Registration number : 982929733
Postal address : Breiflåtveien 18
Town : STAVANGER
Postcode : 4017
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Bakke, Kristoffer Aarsland
Telephone : +47 51908000
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : LYSE LUX AS
Registration number : 923119159
Postal address : Breiflåtveien 18
Town : STAVANGER
Postcode : 4017
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Bakke, Kristoffer Aarsland
Telephone : +47 51908000
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Sør-Rogaland tingrett
Registration number : 926723448
Postal address : Postboks 159 Sentrum
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 52004600
Roles of this organisation :
Review organisation

8.1 ORG-0005

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate

Notice information

Notice identifier/version : aeefb432-0db6-40be-b2b6-a6706259075c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/06/2025 18:46 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00418837-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025