Dynamic Purchasing System - Leasing and procurement of vehicles for the Lillehammer region.

Lillehammer, Øyer and Gausdal municipalities intend to establish a dynamic purchasing system for the purchase and leasing of new and used passenger cars and goods vans. Lillehammer, Øyer and Gausdal municipalities intend to establish a dynamic purchasing system for the purchase and leasing of new and used passenger cars and …

CPV: 34110000 Autoturisme, 31610000 Echipament electric pentru motoare şi vehicule, 34100000 Autovehicule, 34111000 Breakuri şi berline, 34111200 Berline, 34113000 Vehicule cu 4 roţi motoare, 34351100 Pneuri pentru autovehicule, 50112100 Servicii de reparare a automobilelor, 50112200 Servicii de întreţinere a automobilelor, 66000000 Servicii financiare şi de asigurare, 66114000 Servicii de leasing financiar
Locul de executare:
Dynamic Purchasing System - Leasing and procurement of vehicles for the Lillehammer region.
Organismul de alocare:
Lillehammer Kommune
Numărul de atribuire:
2025/3033

1. Buyer

1.1 Buyer

Official name : Lillehammer 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 : Dynamic Purchasing System - Leasing and procurement of vehicles for the Lillehammer region.
Description : Lillehammer, Øyer and Gausdal municipalities intend to establish a dynamic purchasing system for the purchase and leasing of new and used passenger cars and goods vans.
Procedure identifier : a428fb7c-6379-4df5-9f56-51527a08db1e
Internal identifier : 2025/3033
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority would like a dynamic purchasing system for future procurements of a number of different types of vehicles up to 7,500 kg. The vehicles that will be procured are primarily, but not limited to: Passenger vehicleFler use vehicle (up to 9 seats)Goods van (all types including pick-up)Minibuss (up to 17 seats)The scheme shall also include an option for the following additional services: Service contract and EU control, Collecting and bringing service replacement vehicles, picture choir cover replacement and tyre hotel assignment contracting reserves the right to announce separate competitions in the market for procurement of the services above. The tenderer is required to have delivery of vehicles and workshops within the geographical municipal borders. Only qualified tenderers will have access to the published competition. Tenderers who are qualified will be sent a notification in Mercell (to a stated email address) each time the Customer publishes a competition within the geographical zone in which the Tenderer is qualified. The total car fleet for Lillehammer municipality, Øyer municipality and Gausdal municipality is estimated to be 150 vehicles, 25 vehicles and 25 vehicles respectively. The home service in LK currently leases, for example, approx. 40 vehicles. The requirements for the vehicles ́ functionality and content are described in each competition, but general requirements for the procurements are in accordance with the Requirement Specifications in the qualification documentation. When a tenderer is qualified in the contract, the Tenderer will simultaneously accept all the points in Annex 1 Requirement Specifications and other annexes and terms otherwise in the DPS notice.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 31610000 Electrical equipment for engines and vehicles
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34111000 Estate and saloon cars
Additional classification ( cpv ): 34111200 Saloon cars
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34351100 Tyres for motor cars
Additional classification ( cpv ): 50112100 Car repair services
Additional classification ( cpv ): 50112200 Car maintenance services
Additional classification ( cpv ): 66000000 Financial and insurance 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 : 90 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

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.
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)
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).
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).
Child labour and 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).
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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?
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Dynamic Purchasing System - Leasing and procurement of vehicles for the Lillehammer region.
Description : Lillehammer, Øyer and Gausdal municipalities intend to establish a dynamic purchasing system for the purchase and leasing of new and used passenger cars and goods vans.
Internal identifier : 2025/3033

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 31610000 Electrical equipment for engines and vehicles
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34111000 Estate and saloon cars
Additional classification ( cpv ): 34111200 Saloon cars
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34351100 Tyres for motor cars
Additional classification ( cpv ): 50112100 Car repair services
Additional classification ( cpv ): 50112200 Car maintenance services
Additional classification ( cpv ): 66000000 Financial and insurance 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

Start date : 14/04/2025
Duration end date : 15/04/2032

5.1.5 Value

Estimated value excluding VAT : 90 000 000 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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the tender notice or in the procurement documents, the tenderer declares that the actual value(s) for the or key figures requested are as follows: The minimum requirement for qualification requirements the tenderer shall have sufficient economic and financial capacity to fulfil the contract. The rating shall be four or better. Documentation requirement: The contracting authority will obtain a credit rating from www.experian.no If the company is newly started, financial solidity can be substantiated in another way.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and 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:
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Description of the company's routines and systems for environmental management, including table of contents. If routines are described in the company's quality or environment management system in accordance with ISO 14001, Miljøfyrtårn or equivalent third-party verified systems, a valid certificate shall be presented.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. Minimum qualification requirements Documented by a company registration certificate from the Brønnøysund Register Centre.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for public goods deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with certificates.
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : When procuring goods: Certificates issued by official bodies for quality control
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Implementation ability
Description : Requirement: Good implementation ability is required. Documentation: Tenderers shall describe their best practice for ordering and delivering 20-30 vehicles for the Home Care Service LK. The description shall include i.a. ordering and delivery routines, personnel and capacity assessments for service and repairs. Maximum 2 A4 pages. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Service location
Description : Requirement: The contracting authority requires that the tenderer is connected to a branded garage in the geographical zone that the tenderer is seeking admission in. Documentation requirement: • Documentation of a publicly certified vehicle garage. • Documentation/confirmation that the tenderer is an authorised brand reseller. • Documentation at the address. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Sales outlet
Description : Requirement: The contracting authority requires that the tenderer has a physical place of sale within the geographical zone where the tenderer is seeking admission. The contracting authority has limited resources for collection of vehicles and must therefore set requirements for driving distance. Documentation requirement: Documentation of address Minimum requirements for qualification requirements.
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/250641066.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 : Not 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 requests to participate : 15/04/2032 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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Vestre Innlandet tingrett

8. Organisations

8.1 ORG-0001

Official name : Lillehammer Kommune
Registration number : 945578564
Postal address : Postboks 986
Town : Lillehammer
Postcode : 2626
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Olav Sørbu
Telephone : +47 61050500
Fax : +47 61050571
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Vestre Innlandet tingrett
Registration number : 926 723 758
Town : gjøvik
Country : Norway
Telephone : 61 02 02 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : a4299da4-ad8e-4cbe-9fe6-c2cb2a3c1b44 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/04/2025 11:17 +00:00
Notice dispatch date (eSender) : 14/04/2025 11:52 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00244814-2025
OJ S issue number : 74/2025
Publication date : 15/04/2025