Procurement - Administration of logbooks, fuel licences and toll tags, 2025

The contracting authority shall enter into a framework agreement for a general administrative system for the vehicle fleet, which includes: Electronic logbook: A system for automatic registration and documentation of driving data (kilometres, routes, purpose of driving etc.) for the Contracting Authority's vehicles. The system shall fulfil the Norwegian Tax …

CPV: 50111000 Serviços de gestão, reparação e manutenção de frota de veículos, 09000000 Produtos petrolíferos, combustíveis, electricidade e outras fontes de energia, 09132000 Gasolina, 30160000 Cartões magnéticos, 30163000 Cartões bancários, 30163100 Cartões para abastecimento de combustível, 34000000 Equipamento e produtos auxiliares de transporte, 34900000 Equipamento e peças sobressalentes diversas para transportes, 34920000 Equipamento rodoviário, 34923000 Equipamento de controlo do tráfego rodoviário, 34924000 Painéis de mensagens variáveis, 48000000 Pacotes de software e sistemas de informação, 48200000 Pacote de software para ligações em rede, Internet e intranet, 48430000 Pacote de software para gestão de inventários, 48610000 Sistemas de bases de dados, 50111100 Serviços de gestão de frotas de veículos
Prazo:
9 de Junho de 2025 às 10:00
Tipo de prazo:
Submissão da oferta
Local de execução:
Procurement - Administration of logbooks, fuel licences and toll tags, 2025
Local de premiação:
Ålesund kommune
Número do prémio:
25/13

1. Buyer

1.1 Buyer

Official name : Ålesund 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 : Procurement - Administration of logbooks, fuel licences and toll tags, 2025
Description : The contracting authority shall enter into a framework agreement for a general administrative system for the vehicle fleet, which includes: Electronic logbook: A system for automatic registration and documentation of driving data (kilometres, routes, purpose of driving etc.) for the Contracting Authority's vehicles. The system shall fulfil the Norwegian Tax Administration ́s requirements for travel logs and simplify handling of professional and private driving. Fuel cards: Administration of fuel cards for the vehicles, including an overview of fuel consumption, costs and invoicing. The system shall preferably be integrated with fuel suppliers in order to obtain transaction data automatically. Toll tags: Administration of AutoPASS or equivalent tags for the vehicles, with an overview of passes and toll charges. The system ought to consolidate toll passes per vehicle and facilitate for correct cost distribution. The aim of the procurement is to achieve an efficient and combined system that gives a full overview of vehicle use and associated costs. The system shall contribute to simpler reporting and reduced administrative work. Merkand til attendees: Ørsta municipality will not enter into a fuel agreement until June 2026 at the earliest. Volda municipality only wants an electronic logbook. The following elements are not included in this agreement: Fuel in bulk Leasing finances
Procedure identifier : 2e445c54-72c9-474f-8a28-ab3a40384a47
Internal identifier : 25/13
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09132000 Petrol
Additional classification ( cpv ): 30160000 Magnetic cards
Additional classification ( cpv ): 30163000 Charge cards
Additional classification ( cpv ): 30163100 Agency fuel cards
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34900000 Miscellaneous transport equipment and spare parts
Additional classification ( cpv ): 34920000 Road equipment
Additional classification ( cpv ): 34923000 Road traffic-control equipment
Additional classification ( cpv ): 34924000 Variable message signs
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48430000 Inventory management software package
Additional classification ( cpv ): 48610000 Database systems
Additional classification ( cpv ): 50111100 Vehicle-fleet management services

2.1.2 Place of performance

Anywhere
Additional information : Anywhere within the participating municipalities ́ municipal borders. Participating municipalities: Ålesund municipality Giske municipality Haram Municipality Volda Municipality Ulstein municipality Ørsta municipality

2.1.3 Value

Estimated value excluding VAT : 80 000 000 Norwegian krone
Maximum value of the framework agreement : 72 000 000 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 : Procurement - Administration of logbooks, fuel licences and toll tags, 2025
Description : The contracting authority shall enter into a framework agreement for a general administrative system for the vehicle fleet, which includes: Electronic logbook: A system for automatic registration and documentation of driving data (kilometres, routes, purpose of driving etc.) for the Contracting Authority's vehicles. The system shall fulfil the Norwegian Tax Administration ́s requirements for travel logs and simplify handling of professional and private driving. Fuel cards: Administration of fuel cards for the vehicles, including an overview of fuel consumption, costs and invoicing. The system shall preferably be integrated with fuel suppliers in order to obtain transaction data automatically. Toll tags: Administration of AutoPASS or equivalent tags for the vehicles, with an overview of passes and toll charges. The system ought to consolidate toll passes per vehicle and facilitate for correct cost distribution. The aim of the procurement is to achieve an efficient and combined system that gives a full overview of vehicle use and associated costs. The system shall contribute to simpler reporting and reduced administrative work. Merkand til attendees: Ørsta municipality will not enter into a fuel agreement until June 2026 at the earliest. Volda municipality only wants an electronic logbook. The following elements are not included in this agreement: Fuel in bulk Leasing finances
Internal identifier : 25/13

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09132000 Petrol
Additional classification ( cpv ): 30160000 Magnetic cards
Additional classification ( cpv ): 30163000 Charge cards
Additional classification ( cpv ): 30163100 Agency fuel cards
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34900000 Miscellaneous transport equipment and spare parts
Additional classification ( cpv ): 34920000 Road equipment
Additional classification ( cpv ): 34923000 Road traffic-control equipment
Additional classification ( cpv ): 34924000 Variable message signs
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48430000 Inventory management software package
Additional classification ( cpv ): 48610000 Database systems
Additional classification ( cpv ): 50111100 Vehicle-fleet management services

5.1.2 Place of performance

Anywhere
Additional information : Anywhere within the participating municipalities ́ municipal borders. Participating municipalities: Ålesund municipality Giske municipality Haram Municipality Volda Municipality Ulstein municipality Ørsta municipality

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The length of the extension is 12 months

5.1.5 Value

Estimated value excluding VAT : 80 000 000 Norwegian krone
Maximum value of the framework agreement : 72 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : This requirement only applies to Norwegian tenderers. Demand:  Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. Any arrears or other irregularities must be justified. Documentation requirement: Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316". Tenderers order this in Altinn on behalf of their company. When ordering it is important that Ålesund municipality is stated as a copy recipient, so that the contracting authority gets a copy of the certificate directly from Altinn. Read about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/
Criterion : Other economic or financial requirements
Description : Demand: Tenderers must have the financial capacity to execute the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite ( https://riskguardian.bisnode.no) , or have the financial capacity to execute the contract based on the contracting authority ́s discretion. Documentation requirement: The Contracting Authority will carry out their own assessment of the supplier's finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than RiskGuardian Suite due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit ( https://credit.dnb.com/). Tenderers that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
Criterion : References on specified deliveries
Description : Demand:  The tenderer, or employees at the tenderer are required to have experience from at least one equivalent assignment in the last three years. Similar assignments mean the administration of fuel licences, toll tags and electronic logbooks for a municipality with a minimum of 25,000 inhabitants. Documentation requirement: Completed annex "The Tenderer's experience" or other document with equivalent information (max. 2 A4 pages).

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Weighting: The award criteria is weighted 100% Orientation: Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. Evaluation: When assessing the price, a hybrid model with break point 1 will be used. The attached template for the evaluation model is attached. The following summed costs will form the basis of the evaluation: Total cost of fuel (based on a given volume calculation) over 4 years. Combined administration cost for objects (fuel cards and toll tags) over 4 years. Total hire cost for an electronic log over 4 years. The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Criterion :
Type : Quality
Name : Environment - immaterial climate footprint and environmental impact (justified below)
Description : The contracting authority uses the exclusionary provision in the PPR § 7-9 fifth section and does not weight climate and environmental considerations in accordance with the second section. The contract is assessed to have a climate footprint and an immaterial environmental impact, and this is justified below. The procurement concerns administrative and digital services connected to: Fuel card administration, including invoicing and transaction management. Administration of toll tags, including registration and re-billing of passes. Electronic logbook, a digital system for registering instalments. No physical goods or services are procured that directly affect the municipality ́s environmental impact, such as fuel deliveries, vehicles or workshop services.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
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

Deadline for requesting additional information : 01/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=57241

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
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 09/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 90 Day
Information about public opening :
Opening date : 09/06/2025 10:05 +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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett -
Organisation providing more information on the review procedures : Møre og Romsdal tingrett -

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Stian Busæt
Telephone : +4770162000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 0a868077-b3e6-4d1c-9268-c8195796ab87 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/05/2025 13:45 +00:00
Notice dispatch date (eSender) : 06/05/2025 13:57 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00297953-2025
OJ S issue number : 89/2025
Publication date : 08/05/2025