Tender Details
Title
Norway – Fleet management, repair and maintenance services – Leasing vehicles (official vehicles) for Sandnes kommune Place of performance:Anywhere Main nature of the contract:Services Official name:Sandnes kommune Type of procedure:Open
Country
Language
English
Organization
Published Date
02.07.2024
Deadline Date
30.08.2024
Overview
391688-2024 - Competition Competition Norway: Fleet management, repair and maintenance services Leasing vehicles (official vehicles) for Sandnes kommune Anywhere Estimated value excluding VAT: 50 000 000,00 NOK Type of procedure: Open Buyer Buyer: Sandnes kommune Email: einar.senstad@sandnes.kommune.no Norway, Sandnes LOT-0000: Leasing vehicles (official vehicles) for Sandnes kommune Fleet management, repair and maintenance services Anywhere Duration: 4 Years Estimated value excluding VAT: 50 000 000,00 NOK Deadline for receipt of tenders: 30/08/2024 - 10:00:00 (UTC) 391688-2024 - Competition Norway – Fleet management, repair and maintenance services – Leasing vehicles (official vehicles) for Sandnes kommune OJ S 127/2024 02/07/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Sandnes kommune Email: einar.senstad@sandnes.kommune.no 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: Leasing vehicles (official vehicles) for Sandnes kommune Description: The contracting authority needs to enter into a framework agreement for leasing different types of vehicles, mainly divided into passenger cars and goods vans, with sub-categories stated in Annex 5 - Price Form. The framework agreement also includes administrative and practical services related to the otherwise deliveries. The leasing period for the vehicles shall be four years for passenger cars and small goods vans, and six years for goods vans and large goods vans. The competition initially sets up for the use of new cars, but allows used cars to be offered as an option. Consequently, there is greater uncertainty than normal for the procurement ́s extent and value. The contracting authority is uncertain as to the total extent of the procurement, but estimates that the total contract value for the entire contract period, including options, can be in the range of NOK 50,000,000 excluding VAT. Maximum contract value: NOK 100,000,000 excluding VAT. This is an estimate and it shall not carry any obligations for the Contracting Authority or rights for the Tenderer. Subject to changes due to changed financial framework conditions, organisational changes and municipal activity. See the annexes to this tender documentation for further details. Due to staff holidays, questions will not be answered for the competition in July. Procedure identifier: b51ffc86-29cd-44be-9939-878fa64d19d3 Internal identifier: 24/07465 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 50111000 Fleet management, repair and maintenance services Additional classification (cpv): 34100000 Motor vehicles, 34110000 Passenger cars, 34115000 Other passenger cars, 34115300 Second-hand transport vehicles, 34144700 Utility vehicles, 34144900 Electric vehicles, 50100000 Repair, maintenance and associated services of vehicles and related equipment, 50110000 Repair and maintenance services of motor vehicles and associated equipment, 66114000 Financial leasing services 2.1.2. Place of performance Anywhere 2.1.3. Value Estimated value excluding VAT: 50 000 000,00 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? Purely national exclusion grounds: See the ESPD enquiry. 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: Leasing vehicles (official vehicles) for Sandnes kommune Description: The contracting authority needs to enter into a framework agreement for leasing different types of vehicles, mainly divided into passenger cars and goods vans, with sub-categories stated in Annex 5 - Price Form. The framework agreement also includes administrative and practical services related to the otherwise deliveries. The leasing period for the vehicles shall be four years for passenger cars and small goods vans, and six years for goods vans and large goods vans. The competition initially sets up for the use of new cars, but allows used cars to be offered as an option. Consequently, there is greater uncertainty than normal for the procurement ́s extent and value. The contracting authority is uncertain as to the total extent of the procurement, but estimates that the total contract value for the entire contract period, including options, can be in the range of NOK 50,000,000 excluding VAT. Maximum contract value: NOK 100,000,000 excluding VAT. This is an estimate and it shall not carry any obligations for the Contracting Authority or rights for the Tenderer. Subject to changes due to changed financial framework conditions, organisational changes and municipal activity. See the annexes to this tender documentation for further details. Due to staff holidays, questions will not be answered for the competition in July. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 50111000 Fleet management, repair and maintenance services Additional classification (cpv): 34100000 Motor vehicles, 34110000 Passenger cars, 34115000 Other passenger cars, 34115300 Second-hand transport vehicles, 34144700 Utility vehicles, 34144900 Electric vehicles, 50100000 Repair, maintenance and associated services of vehicles and related equipment, 50110000 Repair and maintenance services of motor vehicles and associated equipment, 66114000 Financial leasing services 5.1.2. Place of performance Anywhere 5.1.3. Estimated duration Duration: 4 Years 5.1.4. Renewal Maximum renewals: 2 5.1.5. Value Estimated value excluding VAT: 50 000 000,00 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): no Information about previous notices: Identifier of the previous notice: 311690-2024 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: Financial key figures 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: Use of this criterion: 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. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Services only Description: Only for services: In the reference period, the tenderer has carried out the following important goods 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: Used 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: The price will be assessed based on the stated prices stated in the price form. Weight (percentage, exact): 20 Criterion: Type: Quality Name: Quality Description: Quality is assessed based on the different assessment requirements given in the requirement specifications under "Quality Requirements". Weight (percentage, exact): 30 Criterion: Type: Quality Name: Service Description: The service will be assessed based on the different assessment requirements in the requirement specifications under "Service Requirements". Weight (percentage, exact): 10 Criterion: Type: Quality Name: Environment Description: The environment is assessed on the different assessment requirements in the requirement specifications under 'Environmental Requirements'. Weight (percentage, exact): 40 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Norwegian Deadline for requesting additional information: 22/08/2024 10:00:00 (UTC) Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=407529&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=407529&B= 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: 30/08/2024 10:00:00 (UTC) Deadline until which the tender must remain valid: 186 Days Information about public opening: Opening date: 30/08/2024 10:15:00 (UTC) 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 Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Sør-Rogaland tingrett Organisation providing offline access to the procurement documents: Sandnes kommune Organisation receiving requests to participate: Sandnes kommune Organisation processing tenders: Sandnes kommune 8. Organisations 8.1. ORG-0001 Official name: Sandnes kommune Registration number: 964965137 Postal address: Rådhusgata 1 Town: Sandnes Postcode: 4306 Country: Norway Contact point: Einar Senstad Email: einar.senstad@sandnes.kommune.no Telephone: +47 95790367 Buyer profile: https://eu.eu-supply.com/ctm/company/companyinformation/index/306369 Roles of this organisation: Buyer Organisation providing offline access to the procurement documents Organisation receiving requests to participate Organisation processing tenders 8.1. ORG-0002 Official name: Sør-Rogaland tingrett Registration number: 926 723 448 Town: Sandnes Country subdivision (NUTS): Rogaland (NO0A1) Country: Norway Email: sor-rogaland.tingrett@domstol.no Telephone: 52004600 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: ca0ae229-9b3f-4422-888e-1a6795ca65e2 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 28/06/2024 13:23:11 (UTC) Notice dispatch date (eSender): 28/06/2024 13:34:42 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 391688-2024 OJ S issue number: 127/2024 Publication date: 02/07/2024 Czech document download: https://ted.europa.eu/cs/notice/391688-2024/pdf Danish document download: https://ted.europa.eu/da/notice/391688-2024/pdf German document download: https://ted.europa.eu/de/notice/391688-2024/pdf Greek document download: https://ted.europa.eu/el/notice/391688-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/391688-2024/pdf English document download: https://ted.europa.eu/en/notice/391688-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/391688-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/391688-2024/pdf French document download: https://ted.europa.eu/fr/notice/391688-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/391688-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/391688-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/391688-2024/pdf Italian document download: https://ted.europa.eu/it/notice/391688-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/391688-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/391688-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/391688-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/391688-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/391688-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/391688-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/391688-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/391688-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/391688-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/391688-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/391688-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Copper Regulation and Administration of Communications Religious Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Machinery Regulation and Administration of Communications Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business Environment All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Repair, maintenance and associated services related to aircraft and other equipment Profiles System, storage and content management software package Mains Control, safety, signalling and light equipment Nuts Lavatory seats, covers, bowls and cisterns Publications Control, safety or signalling equipment for inland waterways Repair, maintenance and associated services related to marine and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Lead Vans Other community, social and personal services Fleet management, repair and maintenance services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Passenger cars Command, control, communication and computer systems System, storage and content management software development services Forms Motors Vats Installation services of equipment for measuring, checking, testing and navigating Repair, maintenance and associated services related to roads and other equipment Pressure-reducing, control, check or safety valves Catalogues Parts of other vehicles Other services Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Repair, maintenance and associated services of vehicles and related equipment Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Repair, maintenance and associated services related to railways and other equipment Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs Other passenger cars
UNSPSC
Motor vehicles Profiles Clean room Nuts Awards Business cases Utilities Co financing Employment Equipment cases Case making services Securities
Regions
Europe Northern Europe Western Europe
Sectors
Services Defence and Security 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