Framework agreement - procurement of fuel

The aim of this procurement is to cover the contracting authority ́s need for fuel for municipal vehicles/means of transport. The following types of fuel shall be included in the framework agreement: • Petrol (95 octane lead free) • Diesel (chargeable) • Coloured diesel (duty free) Petrol and clear diesel …

CPV: 09134200 Diesel fuel, 09000000 Petroleum products, fuel, electricity and other sources of energy, 09100000 Fuels, 09130000 Petroleum and distillates, 09132000 Petrol, 09132100 Unleaded petrol, 09200000 Petroleum, coal and oil products, 42122180 Fuel pumps
spriocdháta:
Beal. 21, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Framework agreement - procurement of fuel
clárlann:
Farsund kommune
uimhir dámhachtana:
I/A

1. Buyer

1.1 Buyer

Official name : Farsund kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Framework agreement - procurement of fuel
Description : The aim of this procurement is to cover the contracting authority ́s need for fuel for municipal vehicles/means of transport. The following types of fuel shall be included in the framework agreement: • Petrol (95 octane lead free) • Diesel (chargeable) • Coloured diesel (duty free) Petrol and clear diesel shall be delivered from pumps. Coloured diesel shall be delivered in bulk. See part II, annex 1 the Contracting Authority's requirement specifications for further information on the contents of the procurement.
Procedure identifier : 34be72f8-ee2e-4ccd-9ed5-baeda1891e9f
Internal identifier : I/A
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09130000 Petroleum and distillates
Additional classification ( cpv ): 09132000 Petrol
Additional classification ( cpv ): 09132100 Unleaded petrol
Additional classification ( cpv ): 09200000 Petroleum, coal and oil products
Additional classification ( cpv ): 42122180 Fuel pumps

2.1.2 Place of performance

Town : Farsund
Country subdivision (NUTS) : Agder ( NO092 )

2.1.3 Value

Estimated value excluding VAT : 6 400 000 Norwegian krone
Maximum value of the framework agreement : 7 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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)
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 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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of 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?
Purely national exclusion grounds : The following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: • § 24-2 (2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. • § 24-2 (3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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?
Guilty of 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.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Sub-contract 1: Fuel from pumps in Farsund.
Description : The aim of this procurement is to cover the contracting authority ́s need for fuel for municipal vehicles/means of transport. The following types of fuel shall be included in the framework agreement: • Petrol (95 octane lead free) • Diesel (chargeable) • Coloured diesel (duty free) Petrol and clear diesel shall be delivered from pumps. Coloured diesel shall be delivered in bulk. See part II, annex 1 the Contracting Authority's requirement specifications for further information on the contents of the procurement.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09130000 Petroleum and distillates
Additional classification ( cpv ): 09132000 Petrol
Additional classification ( cpv ): 09132100 Unleaded petrol
Additional classification ( cpv ): 09200000 Petroleum, coal and oil products
Additional classification ( cpv ): 42122180 Fuel pumps

5.1.2 Place of performance

Town : Farsund
Country subdivision (NUTS) : Agder ( NO092 )
Additional information : • Minimum 1 pump station within 3 km within driving distance from Farsund sheltered accommodation centre, Livdekrona 62 (Cad/title no. 1/12).

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 3
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement for the services shall be signed for 1 year, with an option for the contracting authority to extend one or more times for up to a further three years, to a total maximum of four (4 years).

5.1.5 Value

Estimated value excluding VAT : 2 600 000 Norwegian krone
Maximum value of the framework agreement : 2 800 000 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

Criterion :
Type : Economic and financial standing
Name : 8.5 Economic and financial capacity requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 8.4 The organisational and legal standing of the tenderer
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 8.6 Requirements for technical and professional qualifications.
Description : Tenderers shall have a satisfactory quality management system.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 8.6 Requirements for technical and professional qualifications.
Description : Tenderers shall have an environmental management system.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 : Not allowed
Deadline for receipt of tenders : 21/05/2025 10:00 +00:00
Information about public opening :
Opening date : 21/05/2025 10:00 +00:00
Additional information : There will not be a public opening of tenders
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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Agder tingrett

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2: Fuel from pumps in Vanse
Description : The aim of this procurement is to cover the contracting authority ́s need for fuel for municipal vehicles/means of transport. The following types of fuel shall be included in the framework agreement: • Petrol (95 octane lead free) • Diesel (chargeable) • Coloured diesel (duty free) Petrol and clear diesel shall be delivered from pumps. Coloured diesel shall be delivered in bulk. See part II, annex 1 the Contracting Authority's requirement specifications for further information on the contents of the procurement.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09130000 Petroleum and distillates
Additional classification ( cpv ): 09132000 Petrol
Additional classification ( cpv ): 09132100 Unleaded petrol
Additional classification ( cpv ): 09200000 Petroleum, coal and oil products
Additional classification ( cpv ): 42122180 Fuel pumps

5.1.2 Place of performance

Town : Farsund
Country subdivision (NUTS) : Agder ( NO092 )
Additional information : • Minimum 1 pump station within 3 km within driving distance from Listaheimen, Brynestien 2 (Gnr/bnr 21/9)

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 3
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement for the services shall be signed for 1 year, with an option for the contracting authority to extend one or more times for up to a further three years, to a total maximum of four (4 years).

5.1.5 Value

Estimated value excluding VAT : 2 600 000 Norwegian krone
Maximum value of the framework agreement : 2 800 000 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

Criterion :
Type : Economic and financial standing
Name : 8.5 Economic and financial capacity requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 8.4 The organisational and legal standing of the tenderer
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 8.6 Requirements for technical and professional qualifications.
Description : Tenderers shall have a satisfactory quality management system.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 8.6 Requirements for technical and professional qualifications.
Description : Tenderers shall have an environmental management system.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 : Not allowed
Deadline for receipt of tenders : 21/05/2025 10:00 +00:00
Information about public opening :
Opening date : 21/05/2025 10:00 +00:00
Additional information : There will not be a public opening of tenders
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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Agder tingrett

5.1 Lot technical ID : LOT-0003

Title : Sub-contract 3: Fuel in bulk
Description : The aim of this procurement is to cover the contracting authority ́s need for fuel for municipal vehicles/means of transport. The following types of fuel shall be included in the framework agreement: • Petrol (95 octane lead free) • Diesel (chargeable) • Coloured diesel (duty free) Petrol and clear diesel shall be delivered from pumps. Coloured diesel shall be delivered in bulk. See part II, annex 1 the Contracting Authority's requirement specifications for further information on the contents of the procurement.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09130000 Petroleum and distillates
Additional classification ( cpv ): 09132000 Petrol
Additional classification ( cpv ): 09132100 Unleaded petrol
Additional classification ( cpv ): 09200000 Petroleum, coal and oil products
Additional classification ( cpv ): 42122180 Fuel pumps

5.1.2 Place of performance

Town : Farsund
Country subdivision (NUTS) : Agder ( NO092 )
Additional information : • Røssevika business area 1, Habit (Gnr/title no. 20/229) – 2,000 litres tank • Farøy, Farsund (Gnr/title no. 3/23) – 1,000 litres tank (on boats).

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 3
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement for the services shall be signed for 1 year, with an option for the contracting authority to extend one or more times for up to a further three years, to a total maximum of four (4 years).

5.1.5 Value

Estimated value excluding VAT : 1 200 000 Norwegian krone
Maximum value of the framework agreement : 1 400 000 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

Criterion :
Type : Economic and financial standing
Name : 8.5 Economic and financial capacity requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 8.4 The organisational and legal standing of the tenderer
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 8.6 Requirements for technical and professional qualifications.
Description : Tenderers shall have a satisfactory quality management system.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 8.6 Requirements for technical and professional qualifications.
Description : Tenderers shall have an environmental management system.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 : Not allowed
Deadline for receipt of tenders : 21/05/2025 10:00 +00:00
Information about public opening :
Opening date : 21/05/2025 10:00 +00:00
Additional information : There will not be a public opening of tenders
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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Agder tingrett

8. Organisations

8.1 ORG-0001

Official name : Farsund kommune
Registration number : 964083266
Postal address : Brogaten 7
Town : Farsund
Postcode : 4550
Country : Norway
Contact point : Mattias Momrak
Telephone : +47 45446121
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926 723 480
Town : kristiansand
Country : Norway
Telephone : 38 17 63 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 58d7dc5e-d180-49d5-815b-49701f0102a3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/04/2025 08:31 +00:00
Notice dispatch date (eSender) : 09/04/2025 09:01 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00231955-2025
OJ S issue number : 71/2025
Publication date : 10/04/2025