Competition - Framework agreement for leasing vehicles for Ringebu, Sør-Fron and Nord-Fron municipalities.

Tenderers are hereby invited to a competition for leasing vehicles for Ringebu, Sør-Fron and Nord-Fron municipalities having a joint procurement cooperation which means that several tender competitions, like this one, are being held in a community. Ringebu municipality, at Midt-Gudbrandsdal Finance Office, is responsible for this competition. The contract(s) shall …

CPV: 34000000 Transporta iekārtas un palīgiekārtas transportēšanai, 34100000 Mehāniskie transportlīdzekļi, 34136000 Autofurgoni, 50111000 Autoparka vadības, remonta un apkopes pakalpojumi, 50111100 Autoparka vadības pakalpojumi, 66114000 Finanšu līzinga pakalpojumi
Termiņš:
2025. gada 20. jūnijs, 10:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Competition - Framework agreement for leasing vehicles for Ringebu, Sør-Fron and Nord-Fron municipalities.
Piešķīrēja iestāde:
Ringebu Kommune
Piešķīruma numurs:
25/2951

1. Buyer

1.1 Buyer

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

1.1 Buyer

Official name : Sør-Fron kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nord-Fron 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 : Competition - Framework agreement for leasing vehicles for Ringebu, Sør-Fron and Nord-Fron municipalities.
Description : Tenderers are hereby invited to a competition for leasing vehicles for Ringebu, Sør-Fron and Nord-Fron municipalities having a joint procurement cooperation which means that several tender competitions, like this one, are being held in a community. Ringebu municipality, at Midt-Gudbrandsdal Finance Office, is responsible for this competition. The contract(s) shall be valid for 2 years, with an option for an extension for 1+1 year. The municipalities are not one legal entity and will enter into separate contracts when the tenderer(s) are selected.
Procedure identifier : 42258ef5-02ed-4795-8eaf-a68773c43eaf
Internal identifier : 25/2951
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : A tender contest for leasing vehicles for Ringebu, Sør-Fron and Nord-Fron municipalities.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34136000 Vans
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 50111100 Vehicle-fleet management services
Additional classification ( cpv ): 66114000 Financial leasing services

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 14 000 000 Norwegian krone
Maximum value of the framework agreement : 17 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The contract will include vehicles for administrative assignments and passenger transport. The Contracting Authority requests tenders for the following: Vehicle Group 1: Fossil fuel vehicles Vehicle Group 2: Vehicles with electric motors.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

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-0001

Title : Sub-contract 1 - Vehicles for administrative assignments
Description : The contract will include vehicles for administrative assignments and passenger transport. The contracting authority would like tenders for the following: Vehicle group 1: fossile fuel vehicle group 2: vehicles with electric motors.
Internal identifier : 25/2951

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34136000 Vans
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 50111100 Vehicle-fleet management services
Additional classification ( cpv ): 66114000 Financial leasing services

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2

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) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : 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.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements The contracting authority requires a minimum credit rating of A on Bisnode ́s rating scale. The contracting authority will obtain a credit rating. If the company does not have an A-level (e.g. newly started company), satisfactory finances must be documented in another way. It is up to the contracting authority to judge whether other documentation is equivalent to the Bisnode rating.
Criterion : Supply chain management
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Minimum qualification requirements Description of the requirement/documentation: Tenderers shall, through their business practice, respect international standards for human rights, labour rights, environment, animal protection and anti-corruption in their own business and in the supplier chain. Tenderers shall. active work to ensure that the goods and services delivered in accordance with this contract shall be manufactured and distributed. under conditions compatible with the contract.

5.1.11 Procurement documents

Deadline for requesting additional information : 13/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257210503.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 : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 20/06/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vestre Innlandet tingrett -
Information about review deadlines : .

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2 - Vehicles for goods transport
Description : The contract will include vehicles for goods transport. The contracting authority would like tenders for the following: Vehicle Group 3: Vehicles for light goods transport Vehicle group 4: Vehicles for heavy goods transport over 3.5 tonnes Vehicle group 5: pick-up or similar.
Internal identifier : 25/1277

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34136000 Vans
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 50111100 Vehicle-fleet management services
Additional classification ( cpv ): 66114000 Financial leasing services

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 4 000 000 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.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements The contracting authority requires a minimum credit rating of A on Bisnode ́s rating scale. The contracting authority will obtain a credit rating. If the company does not have an A-level (e.g. newly started company), satisfactory finances must be documented in another way. It is up to the contracting authority to judge whether other documentation is equivalent to the Bisnode rating.
Criterion : Supply chain management
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Minimum qualification requirements Description of the requirement/documentation: Tenderers shall, through their business practice, respect international standards for human rights, labour rights, environment, animal protection and anti-corruption in their own business and in the supplier chain. Tenderers shall. active work to ensure that the goods and services delivered in accordance with this contract shall be manufactured and distributed. under conditions compatible with the contract.

5.1.11 Procurement documents

Deadline for requesting additional information : 13/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257210503.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 : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 20/06/2025 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 : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vestre Innlandet tingrett -
Information about review deadlines : Unknown

8. Organisations

8.1 ORG-0001

Official name : Ringebu Kommune
Registration number : 939864970
Postal address : Hanstadgata 4
Town : Ringebu
Postcode : 2630
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Ingrid Skøien Karlsen
Telephone : +47 61283000
Fax : +47 61283200
Internet address : http://ringebu.kommune.no
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Sør-Fron kommune
Registration number : Sør-Fron kommune
Department : Sør-Fron kommune
Postal address : Kommunevegen 1
Town : Sør-Fron
Postcode : 2647
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 61299000
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Nord-Fron kommune
Registration number : 839 893 132
Town : Nord-Fron
Postcode : 2640
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 61 21 61 00
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Vestre Innlandet tingrett
Registration number : 926 723 758
Town : GJØVIK
Postcode : 2821
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : innlan
Telephone : 61020200
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 61c4b8f2-6d46-4536-9c09-a6e65371a8f7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/05/2025 08:38 +00:00
Notice dispatch date (eSender) : 16/05/2025 09:10 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00321790-2025
OJ S issue number : 95/2025
Publication date : 19/05/2025