Vehicle leasing

The Royal Court (hereafter called DKH or the contracting authority) invites tenderers to a negotiated procedure for leasing staff vehicles for DKH. The Royal Court (hereafter called DKH or the contracting authority) invites tenderers to a negotiated procedure for leasing staff vehicles for DKH.

CPV: 34100000 Motor vehicles, 34110000 Passenger cars, 34136000 Vans, 34136200 Panel vans, 34144900 Electric vehicles, 66114000 Financial leasing services
áit fhorghníomhaithe:
Vehicle leasing
clárlann:
Det kongelige hoff
uimhir dámhachtana:
2025/354

1. Buyer

1.1 Buyer

Official name : Det kongelige hoff
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Vehicle leasing
Description : The Royal Court (hereafter called DKH or the contracting authority) invites tenderers to a negotiated procedure for leasing staff vehicles for DKH.
Procedure identifier : 79422aa5-0b08-4f09-933c-d77ff3a564ac
Internal identifier : 2025/354
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : DKH would like, via this procurement, to establish leasing contracts for different staff vehicles with one or several service providers. DKH needs to lease six - 6 - vehicles with a service contract, in different segments. The vehicles shall be leased over 3 years and with 45,000 km/annum. Tenders can be submitted for one, several or all vehicles, cf. point 2.2. Each vehicle will be evaluated separately. A maximum of two vehicle models can be offered in each category.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34136000 Vans
Additional classification ( cpv ): 34136200 Panel vans
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 66114000 Financial leasing services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - FOA § 13-2 letters c and d

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 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. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : Vehicle leasing
Description : The Royal Court (hereafter called DKH or the contracting authority) invites tenderers to a negotiated procedure for leasing staff vehicles for DKH.
Internal identifier : 2025/354

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34136000 Vans
Additional classification ( cpv ): 34136200 Panel vans
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 66114000 Financial leasing services

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.5 Value

Estimated value excluding VAT : 10 000 000 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

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Vehicle purchase, lease or rent

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements REQUIREMENT: Tenderers are required to have a legally established company. DOCUMENTATION REQUIREMENT: Norwegian companies: Company Registration Certificate. Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established. The Company Registration Certificate must not be more than six months old.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Other economic or financial requirements
Description : Economic/financial capacity. Tenderers are required to have good financial implementation ability. Tenderers shall enclose a credit rating from an approved credit rating agency. The credit rating must not be more than three months old. DKH reserves the right to obtain further documentation and assessments on the companies ́ financial situation and use this in the qualification evaluation.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : References on specified deliveries
Description : Tenderers shall have experience from comparable contracts, including leasing to professional customers/customer groups/public contracting authorities. State a minimum of 3 references for equivalent contracts or major deliveries during the last 3 years. References shall as a minimum be described with the following information: • The customer ́s name as well as brief information about the customer, • Contact information at the contracting authority; name, position, email and telephone number. • Description of the deliveries: Type of vehicles, scope etc. • Time period and duration • Scope/value DKH reserves the right to contact the stated contact persons for references. It is the tenderer ́s responsibility to document relevance through the description. Note that with redundant applications for participation in the competition (i.e. more than 5 tenderers), references will be weighted 70% in the qualification phase.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Technicians or technical bodies to carry out the work
Description : Tenderers shall have a good covering service network in Norway. Documented overview of certified service garages with names and addresses. Note that with redundant applications for participation (more than 5), a good covering service network will be weighted 30% in the qualification phase.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : 1. Completed requirement specifications/tender form. 2. Description/documentation of the vehicle ́s technical quality (see the tender documentation).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 45
Criterion :
Type : Quality
Name : Environment
Description : Documentation of environmental properties per vehicle. (see the tender documentation)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Price
Name :
Description : Completed requirement specification/tender form. (see the tender documentation)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
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

Address of the procurement documents : https://permalink.mercell.com/256877437.aspx

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
Variants : Not allowed
Deadline for receipt of requests to participate : 13/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
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

Review organisation : Oslo Tingrett -
Information about review deadlines : See the tender documentation
Organisation providing more information on the review procedures : Det kongelige hoff -

8. Organisations

8.1 ORG-0001

Official name : Det kongelige hoff
Registration number : 971524545
Postal address : Slottsplassen 1
Town : Oslo
Postcode : 0010
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Andrea Farstad Sletmo
Telephone : +47 22048700
Fax : +47 22048790
Internet address : http://www.kongehuset.no/
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

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 : 22 03 52 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : ff31fdbf-f615-46ee-b9d4-a2b0002a3891 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/05/2025 13:55 +00:00
Notice dispatch date (eSender) : 14/05/2025 18:06 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00315342-2025
OJ S issue number : 94/2025
Publication date : 16/05/2025