Framework agreement vehicle leasing.

Nye Veier AS needs to enter into a framework agreement with one tenderer for the delivery of vehicle car hire and SUV, including, among other things, tyre hotel, service and charging/filling cards. The contract shall be signed with a total supplier for all services. If required, the tenderer can use …

CPV: 34100000 Veicoli a motore, 34110000 Autovetture per trasporto passeggeri, 34144700 Veicoli utilitari, 34351100 Pneumatici per autoveicoli, 50000000 Servizi di riparazione e manutenzione, 50100000 Servizi di riparazione, manutenzione e affini di veicoli e attrezzature connesse, 50111000 Gestione del parco macchine, servizi di riparazione e di manutenzione, 50112000 Servizi di riparazione e manutenzione di automobili, 50112200 Servizi di manutenzione di automobili, 66114000 Servizi di leasing finanziario
Scadenza:
Mercoledì 11 Giugno 2025 22:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
Framework agreement vehicle leasing.
Ente di assegnazione:
Nye Veier
Numero di premio:
393256

1. Buyer

1.1 Buyer

Official name : Nye Veier
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement vehicle leasing.
Description : Nye Veier AS needs to enter into a framework agreement with one tenderer for the delivery of vehicle car hire and SUV, including, among other things, tyre hotel, service and charging/filling cards. The contract shall be signed with a total supplier for all services. If required, the tenderer can use sub-suppliers to provide some of the services. The requested start-up date for the service is as soon as possible. The estimated value of the procurement is estimated to BE NOK 10,050,000 excluding VAT. The estimated value is not binding for the contracting authority. The maximum amount on the contract is NOK 15,000,000 excluding VAT. The contract period is 2 (two) years. The contracting authority shall have the option to extend the contract for a further 1+1 year (two years altogether), which gives the contract a potential maximum length of four (4) years. The framework agreement is not exclusive. for a more detailed description of the assignment and the delivery requirements, see Annex 1.
Procedure identifier : bd5cab98-3925-4dd8-a6c6-5b4941a3e4f5
Internal identifier : 393256
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

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 ): 34144700 Utility vehicles
Additional classification ( cpv ): 34351100 Tyres for motor cars
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 50112000 Repair and maintenance services of cars
Additional classification ( cpv ): 50112200 Car maintenance services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 15 000 000 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 : 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 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 : Framework agreement vehicle leasing.
Description : Nye Veier AS needs to enter into a framework agreement with one tenderer for the delivery of vehicle car hire and SUV, including, among other things, tyre hotel, service and charging/filling cards. The contract shall be signed with a total supplier for all services. If required, the tenderer can use sub-suppliers to provide some of the services. The requested start-up date for the service is as soon as possible. The estimated value of the procurement is estimated to BE NOK 10,050,000 excluding VAT. The estimated value is not binding for the contracting authority. The maximum amount on the contract is NOK 15,000,000 excluding VAT. The contract period is 2 (two) years. The contracting authority shall have the option to extend the contract for a further 1+1 year (two years altogether), which gives the contract a potential maximum length of four (4) years. The framework agreement is not exclusive. for a more detailed description of the assignment and the delivery requirements, see Annex 1.
Internal identifier : 393256

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 ): 34144700 Utility vehicles
Additional classification ( cpv ): 34351100 Tyres for motor cars
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 50112000 Repair and maintenance services of cars
Additional classification ( cpv ): 50112200 Car maintenance services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 15 000 000 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 relevant professional register
Description : C.f. the competition rules, point 8.4
Criterion : Other economic or financial requirements
Description : Credit rating, c.f. the competition rules point 8.5.
Criterion : References on specified works
Description : Experience from comparable assignments, see the tender documentation point 8.6.
Criterion : Certificates by independent bodies about quality assurance standards
Description : A third party appointed quality assurance system, c.f. the competition rules point 8.6.
Criterion : Certificates by independent bodies about quality assurance standards
Description : A third party certified environmental management system, c.f. the competition rules point 8.6.

5.1.11 Procurement documents

Deadline for requesting additional information : 05/06/2025 10:00 +00:00

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
Deadline for receipt of tenders : 11/06/2025 22:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder tingrett -
Organisation providing more information on the review procedures : Agder tingrett -

8. Organisations

8.1 ORG-0001

Official name : Nye Veier
Registration number : 915 488 099
Postal address : Kjøita 6
Town : Kristiansand
Postcode : 4630
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Solveig Skrivervik
Telephone : +47 97501310
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926 723 480
Postal address : Postboks 63
Town : Kristiansand
Postcode : 4661
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : +47 38176300
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : c3bf5220-3442-4066-9aff-1c93e6888a4e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/05/2025 08:57 +00:00
Notice dispatch date (eSender) : 09/05/2025 10:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00306564-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025