Dynamic purchasing system for the procurement and leasing of mini buses larger than 9 seats.

Procurements in Akershus, Buskerud and Østfold KO hereby invite tenderers to a qualification for this procurement scheme for the purchase and leasing of minibuses larger than 9 seats. Procurements in Akershus, Buskerud and Østfold KO hereby invite tenderers to a qualification for this procurement scheme for the purchase and leasing …

CPV: 34120000 Veículos a motor para o transporte de dez ou mais pessoas, 34100000 Veículos a motor, 34144900 Veículos eléctricos
Local de execução:
Dynamic purchasing system for the procurement and leasing of mini buses larger than 9 seats.
Local de premiação:
Anskaffelser i Akershus, Buskerud og Østfold KO
Número do prémio:
2025/5842

1. Buyer

1.1 Buyer

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Dynamic purchasing system for the procurement and leasing of mini buses larger than 9 seats.
Description : Procurements in Akershus, Buskerud and Østfold KO hereby invite tenderers to a qualification for this procurement scheme for the purchase and leasing of minibuses larger than 9 seats.
Procedure identifier : a4ad26a8-3569-4eb9-9376-5ca27bc65a3f
Internal identifier : 2025/5842
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Dynamic purchasing system.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34120000 Motor vehicles for the transport of 10 or more persons
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34144900 Electric vehicles

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Akershus, Buskerud and Østfold counties.

2.1.3 Value

Estimated value excluding VAT : 80 000 000 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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Dynamic purchasing system for the procurement and leasing of mini buses larger than 9 seats.
Description : Procurements in Akershus, Buskerud and Østfold KO hereby invite tenderers to a qualification for this procurement scheme for the purchase and leasing of minibuses larger than 9 seats.
Internal identifier : 2025/5842

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34120000 Motor vehicles for the transport of 10 or more persons
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34144900 Electric vehicles

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Akershus, Buskerud and Østfold counties.

5.1.3 Estimated duration

Start date : 06/06/2025
Duration end date : 06/06/2029

5.1.5 Value

Estimated value excluding VAT : 80 000 000 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 : Certificates by independent bodies about environmental management systems or standards
Description : .
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Enrolment in a relevant professional register
Description : .
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Financial ratio
Description : .
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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 : 100
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=56391

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 requests to participate : 06/06/2029 21:59 +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 :
Dynamic purchasing system, also usable by buyers not listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett -
Information about review deadlines : Dynamic purchasing system.
Organisation providing more information on the review procedures : Anskaffelser i Akershus, Buskerud og Østfold KO -
Organisation receiving requests to participate : Anskaffelser i Akershus, Buskerud og Østfold KO -
Organisation processing tenders : Anskaffelser i Akershus, Buskerud og Østfold KO -

8. Organisations

8.1 ORG-0001

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
Registration number : 932593688
Department : Anskaffelser
Postal address : Hauges gate 89
Town : Drammen
Postcode : 3019
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Magnus Holm
Telephone : +47
Roles of this organisation :
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826 726 342
Postal address : Postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 32 21 16 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 6b058fdf-f5a2-4b7e-ae42-ae3ef3ba0c69 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/05/2025 07:33 +00:00
Notice dispatch date (eSender) : 06/05/2025 07:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00294061-2025
OJ S issue number : 88/2025
Publication date : 07/05/2025