Procurement - Transport services for VH work and activity, 2025

The contracting authority would like to use this procurement to enter into a framework agreement with up to two tenderers. The aim of the contract is to cover the contracting authority ́s need for transport of persons with reduced functional abilities to and from activities/day services managed by Work and …

CPV: 60000000 Serviços de transporte (excl. transporte de resíduos), 60100000 Serviços de transporte rodoviário, 60112000 Serviços de transporte público rodoviário, 60120000 Serviços de táxis, 60130000 Serviços de transporte rodoviário de passageiros com finalidade específica, 60140000 Transportes não regulares de passageiros
Prazo:
8 de Agosto de 2025 às 10:00
Tipo de prazo:
Submissão da oferta
Local de execução:
Procurement - Transport services for VH work and activity, 2025
Local de premiação:
Ålesund kommune
Número do prémio:
25/2816

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 - Transport services for VH work and activity, 2025
Description : The contracting authority would like to use this procurement to enter into a framework agreement with up to two tenderers. The aim of the contract is to cover the contracting authority ́s need for transport of persons with reduced functional abilities to and from activities/day services managed by Work and Activity and to growth Ålesund, and growth Ørskog. From autumn driving in connection with the school-free time scheme (13+), an option has therefore been added for this. Comments on the contract: The need can change both when coming to new participants and when the tenders are completed. There will be a need for transport both by minibus and cars for individual participants. Participants in individual vehicles have slightly different needs for pick-up dates and returns. Individual participants can also share vehicles where possible. This must be agreed for each individual.  The number of days can vary. It must be agreed individually. Work and Activity shall have the coordination possibility for coordination of individual participants. If the tenderer cannot meet the needs of the facilitation, the contracting authority is free to choose another service provider.
Procedure identifier : 4d8ba3b6-a0e3-41a1-bd7f-a367b825d862
Internal identifier : 25/2816
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 ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60120000 Taxi services
Additional classification ( cpv ): 60130000 Special-purpose road passenger-transport services
Additional classification ( cpv ): 60140000 Non-scheduled passenger transport

2.1.2 Place of performance

Town : Ålesund
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : Participants in the agreement: Ålesund municipality

2.1.3 Value

Estimated value excluding VAT : 14 000 000 Norwegian krone
Maximum value of the framework agreement : 16 000 000 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 - Transport services for VH work and activity, 2025
Description : The contracting authority would like to use this procurement to enter into a framework agreement with up to two tenderers. The aim of the contract is to cover the contracting authority ́s need for transport of persons with reduced functional abilities to and from activities/day services managed by Work and Activity and to growth Ålesund, and growth Ørskog. From autumn driving in connection with the school-free time scheme (13+), an option has therefore been added for this. Comments on the contract: The need can change both when coming to new participants and when the tenders are completed. There will be a need for transport both by minibus and cars for individual participants. Participants in individual vehicles have slightly different needs for pick-up dates and returns. Individual participants can also share vehicles where possible. This must be agreed for each individual.  The number of days can vary. It must be agreed individually. Work and Activity shall have the coordination possibility for coordination of individual participants. If the tenderer cannot meet the needs of the facilitation, the contracting authority is free to choose another service provider.
Internal identifier : 25/2816

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60120000 Taxi services
Additional classification ( cpv ): 60130000 Special-purpose road passenger-transport services
Additional classification ( cpv ): 60140000 Non-scheduled passenger transport
Options :
Description of the options : From autumn 2025 there can be transport of participants who shall go to/from the school-free time scheme. The participants are 13+ years.  There are currently approx. 16 participants. As a starting point, the transport applies for 5 days a week, but when staying in respite care, the school is free from the timetable and thus the need for transport. This must be agreed individually.

5.1.2 Place of performance

Town : Ålesund
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : Participants in the agreement: Ålesund municipality

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 14 000 000 Norwegian krone
Maximum value of the framework agreement : 16 000 000 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
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 Passenger road transport services

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. The certificate shall be enclosed with the tender documents. Read about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/
Criterion : Financial ratio
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 services
Description : Demand:  The tenderer, or employees at the tenderer are required to have experience from at least 1 similar assignment in the last three years. Similar assignments mean transport of persons with disabilities.  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 40%.  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 yellow (in the package for which a tender is submitted) shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. The packages will be evaluated separately.  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 best price will achieve the highest point score (10) and other tenders will be awarded a point score in accordance with the evaluation model. 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 : 40
Criterion :
Type : Quality
Name : Assignment comprehension
Description : Weighting:  The award criteria is weighted 30%. Orientation: The customer would like a tenderer who can show an understanding of the assignment that shall be carried out and who can handle this in a good way. Tenderers shall give a description of their plan for carrying out the transport service, including how many drivers are planned to be used, how regular drivers are aimed and how the system for bookings/cancellations works. The response shall be maximum 2 A4 pages. The response shall not include a cover page or table of contents. Any pages after page 2 will not be evaluated. Any links etc. in the reply will not be evaluated. Evaluation: This award criteria will be assessed based on the tenderer ́s description of the award criteria. A total procurement assessment of the described system will be carried out during the evaluation. Best solution will be awarded the highest score (10). Other solutions will be awarded a point score relative to the best solution.  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 : 30
Criterion :
Type : Quality
Name : Environment
Description : Weighting:  The award criteria is weighted 30%. Orientation: The Contracting Authority requests the most environmentally friendly vehicles for the execution of work on this agreement. Tenderers are therefore paid-out based on which vehicle technology is used. Tenderers shall enclose a completed "List of vehicles". One form shall be submitted per package that the tenderer submits tenders for. Tenderers are requested to mark the file name with the name of the package that the form applies to. Evaluation: This award criteria will be assessed based on the tenderer ́s description of the award criteria. A procurement assessment will be made when evaluating the described system.  Best tenders for this award criteria shall have the highest score (10). 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 : 30
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 : 31/07/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=61192

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 : 08/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 08/08/2025 10:01 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
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 : Møre og Romsdal tingrett -
Information about review deadlines : In accordance with the tender documentation.

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 : Marton Leine
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
Notice information
Notice identifier/version : ac51fdee-78a9-4576-b418-2694b7e25f99 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/06/2025 13:25 +00:00
Notice dispatch date (eSender) : 11/06/2025 13:25 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00383451-2025
OJ S issue number : 112/2025
Publication date : 13/06/2025