Tender Details
Title
Norway – Motor vehicles – Dynamic purchasing system (DPS) for the purchase of medium heavy vehicles for Oslo municipality Place of performance: Oslo Main nature of the contract: Supplies Official name: Oslo kommune v/Utviklings- og kompetanseetaten Type of procedure: Restricted
Country
Language
English
Organization
Published Date
18.06.2024
Deadline Date
09.08.2030
Overview
358397-2024 - Competition Competition Norway: Motor vehicles Dynamic purchasing system (DPS) for the purchase of medium heavy vehicles for Oslo municipality Oslo (NO081) Estimated value excluding VAT: 45 000 000,00 NOK Type of procedure: Restricted Buyer Buyer: Oslo kommune v/Utviklings- og kompetanseetaten Norway, Oslo LOT-0000: Dynamic purchasing system (DPS) for the purchase of medium heavy vehicles for Oslo municipality Motor vehicles Oslo (NO081) Other duration: UNKNOWN Estimated value excluding VAT: 45 000 000,00 NOK Deadline for receipt of requests to participate: 09/08/2030 - 10:00:00 (UTC) 358397-2024 - Competition Norway – Motor vehicles – Dynamic purchasing system (DPS) for the purchase of medium heavy vehicles for Oslo municipality OJ S 117/2024 18/06/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Oslo kommune v/Utviklings- og kompetanseetaten 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 (DPS) for the purchase of medium heavy vehicles for Oslo municipality Description: Oslo municipality, c/o the Agency for Improvement and Development, the Department for Procurement Services (henceforth referred to as the Contracting Authority), invites tenderers to a restricted tender contest for the establishment of a dynamic purchasing system (DPS) for the procurement of medium-heavy vehicles to Oslo municipality ́s entities. See the attached qualification documentation for further information. Procedure identifier: 709bb12a-4ae4-43af-9a4d-71081f635586 Internal identifier: 24/1464 Type of procedure: Restricted The procedure is accelerated: no Main features of the procedure: A dynamic procurement system is a complete electronic process that intends to give the contracting authority quick and easy access to tenders from a large supplier market. A dynamic purchasing system is a two stage procedure, and this first phase concerns the establishment of the scheme and is carried out as a restricted tender contest. 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 34100000 Motor vehicles Additional classification (cpv): 34114400 Minibuses, 34115200 Motor vehicles for the transport of fewer than 10 persons, 34115300 Second-hand transport vehicles, 34120000 Motor vehicles for the transport of 10 or more persons, 34130000 Motor vehicles for the transport of goods, 34136000 Vans, 34137000 Second-hand goods vehicles, 34144900 Electric vehicles 2.1.2. Place of performance Country subdivision (NUTS): Oslo (NO081) 2.1.3. Value Estimated value excluding VAT: 45 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion: Analogous situation like bankruptcy 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. 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. 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, at the enforceable verdict 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 corruption, involving servicemen in the European Communities or in 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. 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. 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 legally enforceable verdict been convicted of participation in a criminal organisation by a verdict handed down not 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 in article 2 of The Council ́s framework decision 2008/841/RIA of 24 October 2008 on combating organised crime (EUT L 300 of 11.11.2008, p. 42) 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? 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. 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 of a legal verdict been convicted of money laundering or financing terrorism by a judgement handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?Wedding money or financing terrorismAs a rejection period determined directly in the judgement that still applies?White money or financing terrorism. 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 legally enforceable verdict 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?Speed as discussed in Article 1 of the convention on protection of the European Communities' financial interests (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, at a legally enforceable verdict been convicted of child labour and other forms of human trafficking by a judgement handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid as well as other forms of human trafficking as defined as defined in the judgement?<p article 2 of the European Parliament and the Council ́s directive 2011/36/EU of 5. 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). 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. 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. 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. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: If the tenderer: a) has given grossly incorrect information when notifying the information required to check that there is no basis for rejection, or that the qualification requirements are fulfilled, b) failed to provide such information, c) subject to immediately submitting the supporting documents that the contracting authority requests. ord) improperly affected the contracting authority's decision making process in order to acquire confidential information that may give this an unlawful advantage in connection with the competition, or negligently has given misleading information that could 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? Guilty of 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. 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 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. 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? 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. 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 activity by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Terrorist acts or punishable acts of terrorism. acts relating to terrorist activity as defined in Articles 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: LOT-0000 Title: Dynamic purchasing system (DPS) for the purchase of medium heavy vehicles for Oslo municipality Description: Oslo municipality, c/o the Agency for Improvement and Development, the Department for Procurement Services (henceforth referred to as the Contracting Authority), invites tenderers to a restricted tender contest for the establishment of a dynamic purchasing system (DPS) for the procurement of medium-heavy vehicles to Oslo municipality ́s entities. See the attached qualification documentation for further information. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 34100000 Motor vehicles Additional classification (cpv): 34114400 Minibuses, 34115200 Motor vehicles for the transport of fewer than 10 persons, 34115300 Second-hand transport vehicles, 34120000 Motor vehicles for the transport of 10 or more persons, 34130000 Motor vehicles for the transport of goods, 34136000 Vans, 34137000 Second-hand goods vehicles, 34144900 Electric vehicles 5.1.2. Place of performance Country subdivision (NUTS): Oslo (NO081) 5.1.3. Estimated duration Other duration: Unknown 5.1.5. Value Estimated value excluding VAT: 45 000 000,00 NOK 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) This procurement is also suitable for small and medium-sized enterprises (SMEs) 5.1.7. Strategic procurement Green Procurement Criteria: National Green Public Procurement criteria Social objective promoted: Human rights due diligence in global supply chains 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: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Description: Documentation requirement: The company's last Annual Financial Statements including notes, the Board's Annual Report and Audit Report, as well as new information of relevance to the company's fiscal numbers. The contracting authority reserves the right to obtain credit appraisal on its own initiative. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: The tenderer shall be a legally established company. Description: Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Tenderers are required to have implemented environmental management measures. Description: This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract. Documentation requirement: A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation. Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Tenderers shall be suitable to fulfil contract requirements for due diligence assessments for responsible business. Description: Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses (point 13.1 in the contract form for the procurement of medium heavy vehicles). This means that the Tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption. Documentation requirement: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: • Formal policy/guidelines that cover an obligation to comply with the requirements of responsible businesses. • Formal policy/guidelines for accountability for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. • Descriptions of the tenderer ́s processes and routines for how the company works with due diligence assessments. • Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products that the tenderer offers. Use of this criterion: Used 5.1.11. Procurement documents Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=406306&B= 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=406306&B= Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not allowed Deadline for receipt of requests to participate: 09/08/2030 10:00:00 (UTC) Terms of contract: Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: Dynamic purchasing system, only usable by buyers listed in this notice 5.1.16. Further information, mediation and review Mediation organisation: KOFA Review organisation: Oslo Tingrett Organisation providing additional information about the procurement procedure: Oslo kommune v/Utviklings- og kompetanseetaten Organisation providing offline access to the procurement documents: Oslo kommune v/Utviklings- og kompetanseetaten 8. Organisations 8.1. ORG-0001 Official name: Oslo kommune v/Utviklings- og kompetanseetaten Registration number: 971 183 675 Department: Innkjøpstjenester Postal address: Grensesvingen 6 Town: Oslo Postcode: 0663 Country: Norway Contact point: Preben Svarva Kroglund Email: preben.kroglund@uke.oslo.kommune.no Telephone: +47 21802180 Buyer profile: https://eu.eu-supply.com/ctm/company/companyinformation/index/361020 Roles of this organisation: Buyer Organisation providing additional information about the procurement procedure Organisation providing offline access to the procurement documents 8.1. ORG-0002 Official name: Oslo Tingrett Registration number: 926 725 939 Postal address: Postboks 2106 Vika Town: Oslo Postcode: 0125 Country: Norway Email: oslo.tingrett@domstol.no Telephone: +47 22035200 Roles of this organisation: Review organisation 8.1. ORG-0003 Official name: KOFA Registration number: 918 195 548 Postal address: Zander Kaaes gate 7 Town: Bergen Postcode: 5015 Country: Norway Email: post@knse.no Telephone: +47 55193000 Roles of this organisation: Mediation organisation 11. Notice information 11.1. Notice information Notice identifier/version: 56bc718d-92c0-4cd3-af3f-32e6bb16783b - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 17/06/2024 10:18:32 (UTC) Notice dispatch date (eSender): 17/06/2024 10:30:42 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 358397-2024 OJ S issue number: 117/2024 Publication date: 18/06/2024 Czech document download: https://ted.europa.eu/cs/notice/358397-2024/pdf Danish document download: https://ted.europa.eu/da/notice/358397-2024/pdf German document download: https://ted.europa.eu/de/notice/358397-2024/pdf Greek document download: https://ted.europa.eu/el/notice/358397-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/358397-2024/pdf English document download: https://ted.europa.eu/en/notice/358397-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/358397-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/358397-2024/pdf French document download: https://ted.europa.eu/fr/notice/358397-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/358397-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/358397-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/358397-2024/pdf Italian document download: https://ted.europa.eu/it/notice/358397-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/358397-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/358397-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/358397-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/358397-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/358397-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/358397-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/358397-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/358397-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/358397-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/358397-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/358397-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Copper Regulation and Administration of Communications Religious Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Regulation Regulation and Administration of Communications International Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Agencies Copper Professional Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Profiles System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Lavatory seats, covers, bowls and cisterns Publications Boards Control, safety or signalling equipment for inland waterways Lead Vans Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Minibuses Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Forms Parts of chain Chain Motors Vats Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Catalogues Parts of other vehicles Gates Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Control, safety or signalling equipment for airports Dates
UNSPSC
Motor vehicles Minibuses Profiles Clean room Chains Nuts Boards Awards Business cases Environmental management Co financing Gates Case making services Coffee, green Financial Instruments, Products, Contracts and Agreements Securities Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe Western Europe
Sectors
Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert