Framework agreement - Vehicles

The contracting authority shall enter into a contract for leasing zero emission vehicles and the procurement of vehicles. It shall be an operational leasing model without a starting hire. As of January 2025, the Contracting Authority has approx. 440 leased vehicles divided in the following division: Passenger car: 250 goods …

CPV: 34100000 Gépjárművek, 34110000 Személygépkocsik, 34113000 Négykerék-meghajtású járművek, 34114300 Szociális szolgálati járművek, 34144900 Villamos járművek, 50111000 Járműállomány-javítási és karbantartási szolgáltatások, 66114000 Pénzügyi lízing szolgáltatások
Határidő:
2025. június 30. 10:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Framework agreement - Vehicles
Díjat odaítélő szervezet:
Karmøy Kommune
Díj száma:
25/2172

1. Buyer

1.1 Buyer

Official name : Karmøy Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement - Vehicles
Description : The contracting authority shall enter into a contract for leasing zero emission vehicles and the procurement of vehicles. It shall be an operational leasing model without a starting hire.  As of January 2025, the Contracting Authority has approx. 440 leased vehicles divided in the following division: Passenger car: 250 goods vans and pick-up: 90 contract includes leasing of zero emission vehicles Vehicle administration including booking system, delivery/collection, overrun/run-over km (solution/price) Service, maintenance and tyre services. Replacement vehicle.  Charging card and toll money system Possibility for individual adaptation And other information given in the competition documents the Contracting Authority expects to procure a total of approx. NOK 120 million per annum excluding VAT, with the current price and service level.  The scope can change based on changes in need, e.g. if the Contracting Authority changes its strategy for ownership of vehicles (e.g. switching to purchasing or hiring vehicles to a greater extent than now), or changing the strategy for municipal services (e.g. putting out all or parts of different types of municipal services to private companies, changes the division of home services that allow employees to cycle to a greater degree, etc.). The framework agreement has a maximum value of approx. NOK 150 million excluding VAT, with the current price and service level.
Procedure identifier : 5a1bec74-c4dc-4f72-ae4c-a5d7939f9779
Internal identifier : 25/2172
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority shall enter into a contract for leasing zero emission vehicles and the procurement of vehicles. It shall be an operational leasing model without a starting hire.  As of January 2025, the Contracting Authority has approx. 440 leased vehicles divided in the following division: Passenger car: 250 goods vans and pick-up: 90 contract includes leasing of zero emission vehicle vehicle administration including ordering system, delivery/collection, overrun/run-over km (solution/price) Service, maintenance and tyre services. Replacement vehicle.  Charging card and toll money system Possibility for individual adaptation And other information given in the competition documents the Contracting Authority expects to procure a total of approx. NOK 120 million per annum excluding VAT, with the current price and service level. The scope can change based on changes in need, e.g. if the Contracting Authority changes its strategy for ownership of vehicles (e.g. switching to purchasing or hiring vehicles to a greater extent than now), or changing the strategy for municipal services (e.g. putting out all or parts of different types of municipal services to private companies, changes the division of home services that allow employees to cycle to a greater degree, etc.). The framework agreement has a maximum value of approx. NOK 150 million excluding VAT, with the current price and service level.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66114000 Financial leasing services
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34114300 Welfare vehicles
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
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
Anskaffelsesforskriften - Framework agreement - Vehicles

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement - Vehicles
Description : The contracting authority shall enter into a contract for leasing zero emission vehicles and the procurement of vehicles. It shall be an operational leasing model without a starting hire.  As of January 2025, the Contracting Authority has approx. 440 leased vehicles divided in the following division: Passenger car: 250 goods vans and pick-up: 90 contract includes leasing of zero emission vehicles Vehicle administration including booking system, delivery/collection, overrun/run-over km (solution/price) Service, maintenance and tyre services. Replacement vehicle.  Charging card and toll money system Possibility for individual adaptation And other information given in the competition documents the Contracting Authority expects to procure a total of approx. NOK 120 million per annum excluding VAT, with the current price and service level.  The scope can change based on changes in need, e.g. if the Contracting Authority changes its strategy for ownership of vehicles (e.g. switching to purchasing or hiring vehicles to a greater extent than now), or changing the strategy for municipal services (e.g. putting out all or parts of different types of municipal services to private companies, changes the division of home services that allow employees to cycle to a greater degree, etc.). The framework agreement has a maximum value of approx. NOK 150 million excluding VAT, with the current price and service level.
Internal identifier : 25/2172

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66114000 Financial leasing services
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34114300 Welfare vehicles
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 150 000 000 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) : no

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.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 23/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258175008.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 30/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
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
Maximum number of participants : 15
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Haugaland og Sunnhordland tingrett -
Information about review deadlines : 10 days subsequent to the notification.

8. Organisations

8.1 ORG-0001

Official name : Karmøy Kommune
Registration number : 940791901
Postal address : Statsråd Vinjes gate 25
Town : KOPERVIK
Postcode : 4250
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Filip Aksic
Telephone : +47 52857500
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Haugaland og Sunnhordland tingrett
Registration number : 926723405
Postal address : Sørhauggata 80
Town : HAUGESUND
Postcode : 5528
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 70 14 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 22e0666c-35a3-4de3-b769-5683542ce984 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/05/2025 06:49 +00:00
Notice dispatch date (eSender) : 28/05/2025 08:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00350031-2025
OJ S issue number : 103/2025
Publication date : 30/05/2025