DL 2024042309 Express deliveries in Norway

The objective of the procurement is to cover the defence sector ́s need for express deliveries of goods in Norway, where we ourselves cannot meet the need through our own supply channels. The framework agreement shall cover the transport of dispatches that require immediate collection with delivery on the same …

CPV: 64121000 Multimodálne doručovateľské služby
Termín:
3. september 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
DL 2024042309 Express deliveries in Norway
Udeľujúci orgán:
FORSVARSMATERIELL
Číslo udelenia:
DL 2024042309 Expressleveranser i Norge

1. Buyer

1.1 Buyer

Official name : FORSVARSMATERIELL
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : DL 2024042309 Express deliveries in Norway
Description : The objective of the procurement is to cover the defence sector ́s need for express deliveries of goods in Norway, where we ourselves cannot meet the need through our own supply channels. The framework agreement shall cover the transport of dispatches that require immediate collection with delivery on the same day or the following business day. The dispatches will include everything from civil and unclassifed material to defence material and in some cases classified material. See Part II General Contract Terms and Annexes for further details on the scope of the procurement.
Procedure identifier : 87791601-8a06-435d-9873-69871fe7458b
Internal identifier : DL 2024042309 Expressleveranser i Norge
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement ́s estimated financial value is NOK 20 million excluding VAT, including options. The value of all contracts that the Contracting Authority expects to enter into during the framework agreement period is a maximum of NOK 25 million excluding VAT including options. The estimated financial value of the Framework Agreement is based on historical figures and the expected future use according to the contracting authority ́s best judgement. The estimated financial value and maximum value does not involve any obligations to withdrawals or procurements over the Framework Agreement. The concrete call-offs depend on the users ́ changing needs in the framework agreement period. This will vary depending on several conditions, such as, for example, the number of exercises, operations etc. in the contract period. It may be necessary for the Contracting Authority to make call-offs for the purpose of securing supplies to Allied forces participating in exercises or for other reasons placed on Norwegian territory or territorial waters. The contracting authority has included an estimate for such call-offs in the statement of the framework agreement ́s maximum total value. The framework agreement ́s estimated financial value and maximum value will apply for the entire contract period, including all users and options.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64121000 Multi-modal courier services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 25 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The open tender contest is the main rule under PPR part 3.
Anskaffelsesforskriften - Procurement Regulations

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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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 of obligations set under 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?
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 : DL 2024042309 Express deliveries in Norway
Description : The objective of the procurement is to cover the defence sector ́s need for express deliveries of goods in Norway, where we ourselves cannot meet the need through our own supply channels. The framework agreement shall cover the transport of dispatches that require immediate collection with delivery on the same day or the following business day. The dispatches will include everything from civil and unclassifed material to defence material and in some cases classified material. See Part II General Contract Terms and Annexes for further details on the scope of the procurement.
Internal identifier : DL 2024042309 Expressleveranser i Norge

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64121000 Multi-modal courier services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 25 000 000 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 : Enrolment in a relevant professional 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.
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements 5.2 Requirement for the tenderers ́ registration, authorisation etc. REQUIREMENT 5.2.1) Tenderers shall be registered in a company register, trade register or a commerce register in the country where the tenderer is established. DOCUMENTATION REQUIREMENT Norwegian tenderers: -Registration Foreign tenderers: - Confirmation that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Financial ratio
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements 5.3 Requirements of the tenderers' economic and financial capacity. DEMAND 5.3.1) Tenderers shall have the necessary economic and financial capacity to fulfil the contract. It is sufficient to fulfil the requirement that the tenderer has achieved the credit rating of "credit worthy" or equivalent. DOCUMENTATION REQUIREMENT A credit rating from a certified credit rating company based on the most recent accounting figures. The assessment must not be more than three months old.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements 5.1 Requirement of the tenderer ́s tax and VAT payments. REQUIREMENT 5.1.1) Tenderers shall have their tax and VAT payments in order. Tax certificates not older than six months from the deadline for receipt of tenders. Tax certificates means: DOCUMENTATION REQUIREMENT For Norwegian tenderers: - Certificate issued by the tax collector or the Norwegian Tax Administration on: o VAT o Taxes o Payroll tax Foreign tenderers: - Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. - If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 20/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256723767.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 tenders : 03/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 03/09/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Organisation providing more information on the review procedures : FORSVARSMATERIELL -

8. Organisations

8.1 ORG-0001

Official name : FORSVARSMATERIELL
Registration number : 916075855
Postal address : Grev Wedels plass 1
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Kate Wilhelmsen
Telephone : 9262701
Internet address : https://FMA.NO
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Department : Tvisteløsning
Postal address : Postboks 2106
Town : Vika
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Oslo tingrett
Telephone : 22035200
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 7c012e83-2891-4c4e-943f-1e7ac7627a4b-01
Main reason for change : Publisher correction
Description : New tender deadline

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : c0321b80-e267-49a8-9e05-1fd511856a59 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/05/2025 07:26 +00:00
Notice dispatch date (eSender) : 26/05/2025 07:39 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00339526-2025
OJ S issue number : 101/2025
Publication date : 27/05/2025