Tender Details
Title

Norway – Motor vehicles – Dynamic purchasing system - procurement of lighting vehicles. Place of performance: Norway,Vestland Main nature of the contract: Supplies Official name: Øygarden kommune Type of procedure: Restricted

Country
Language
English
Organization
Published Date
14.10.2024
Deadline Date
01.11.2030
Overview
618693-2024 - Competition Competition Norway: Motor vehicles Dynamic purchasing system - procurement of lighting vehicles. Norway, Vestland (NO0A2) Type of procedure: Restricted Buyer Buyer: Øygarden kommune Email: margunn.wikum-olsen@oygarden.kommune.no Norway, Straume LOT-0000: Dynamic purchasing system - procurement of lighting vehicles. Motor vehicles Norway, Vestland (NO0A2) Duration: 72 Months Deadline for receipt of requests to participate: 01/11/2030 - 11:00:00 (UTC) 618693-2024 - Competition Norway – Motor vehicles – Dynamic purchasing system - procurement of lighting vehicles. OJ S 200/2024 14/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Øygarden kommune Email: margunn.wikum-olsen@oygarden.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: Dynamic purchasing system - procurement of lighting vehicles. Description: Øygarden municipality shall enter into a dynamic purchasing system (DPS) for the procurement of official vehicles. The scheme shall cover the municipality ́s need for official vehicles of all types and categories, but as a starting point will not include large fire engines and refuse collection vehicles. Tenderers can apply for admission for the entire lifetime of the scheme. The contracting authority ́s needs and requirements will vary from procurement to procurement, and the tender documentation, requirement specifications etc. will be adapted to each procurement in the scheme. The total extent for the procurement of official vehicles will vary. The estimated amount for the contract period is therefore difficult to determine. The contracting authority will not be bound to a specific number of vehicles under the scheme, as this can, among other things, be affected by changes in needs, budgets and routines. There will be requirements for, among other things, distance to the location of the service, requirements for an electronic catalogue, possibility for car sharing, fleet management etc. where the delivery will be as a starting point for Skogsvåg. The dynamic purchasing system will last for 6 years. The scheme can be terminated and extended if the municipality finds it appropriate. A change in duration will be announced. Tenderers can apply to be included in the scheme at any time. Procedure identifier: 15601693-dfdb-4b8a-ad05-7f7946ead5e9 Internal identifier: 2024/19300 Type of procedure: Restricted The procedure is accelerated: no Main features of the procedure: A dynamic purchasing system is a complete electronic process that provides quick and easy access to tenders from a large supplier market. The scheme can be used when purchasing standard services that are available in the market and that must not be adapted to cover the need. All communication is electronic in a dynamic purchasing system, both when the scheme is established and when the procurements are implemented. A restricted tender contest will first be announced on Doffin. All applications will be processed and all tenderers who fulfil the qualification requirements will be included in the scheme. Only when one shall buy in a concrete performance, one requests tenders from the tenderers. All tenderers who are included in the scheme and qualified at the time of the call-off shall be invited to submit a tender. The tender deadline shall be at least 10 days. Awarding contract after assessing the award criteria stated in the notice. The award criteria can be clarified with each individual call-off. The first application deadline. for qualification only applies to the first procurement in the scheme. Then new suppliers can apply at any time to be accepted. All new qualified tenderers shall be invited to participate in the further competitions under the scheme. So that new suppliers can know about the scheme and apply to be included, the scheme is announced on Doffin with all the necessary information available throughout its lifetime. 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 34100000 Motor vehicles Additional classification (cpv): 34110000 Passenger cars, 34114000 Specialist vehicles, 34144200 Vehicles for the emergency services, 34144700 Utility vehicles, 34144750 Cargo carriers, 34144900 Electric vehicles 2.1.2. Place of performance Country subdivision (NUTS): Vestland (NO0A2) Country: Norway 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). 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: LOT-0000 Title: Dynamic purchasing system - procurement of lighting vehicles. Description: Øygarden municipality shall enter into a dynamic purchasing system (DPS) for the procurement of official vehicles. The scheme shall cover the municipality ́s need for official vehicles of all types and categories, but as a starting point will not include large fire engines and refuse collection vehicles. Tenderers can apply for admission for the entire lifetime of the scheme. The contracting authority ́s needs and requirements will vary from procurement to procurement, and the tender documentation, requirement specifications etc. will be adapted to each procurement in the scheme. The total extent for the procurement of official vehicles will vary. The estimated amount for the contract period is therefore difficult to determine. The contracting authority will not be bound to a specific number of vehicles under the scheme, as this can, among other things, be affected by changes in needs, budgets and routines. There will be requirements for, among other things, distance to the location of the service, requirements for an electronic catalogue, possibility for car sharing, fleet management etc. where the delivery will be as a starting point for Skogsvåg. The dynamic purchasing system will last for 6 years. The scheme can be terminated and extended if the municipality finds it appropriate. A change in duration will be announced. Tenderers can apply to be included in the scheme at any time. Internal identifier: 2024/19300 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 34100000 Motor vehicles Additional classification (cpv): 34110000 Passenger cars, 34114000 Specialist vehicles, 34144200 Vehicles for the emergency services, 34144700 Utility vehicles, 34144750 Cargo carriers, 34144900 Electric vehicles 5.1.2. Place of performance Country subdivision (NUTS): Vestland (NO0A2) Country: Norway 5.1.3. Estimated duration Duration: 72 Months 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 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 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: Not 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: Minimum qualification requirements Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: The tenderer has sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, benefits, risk and duration. All the received and any obtained information will form the basis for an overall assessment of whether the qualification requirement is fulfilled. Documentation for Norwegian tenderers: The contracting authority will check the tenderer ́s financial situation from DFØ's eBevis, Proff Forvalt (https://forvalt.no/) and/or via information provided by Creditsafe (https://www.creditsafe.com) and can obtain further information from the Brønnøysund Register Centre. Foreign companies: The contracting authority will check the tenderer ́s financial situation from Creditsafe (https://www.creditsafe.com). If the tenderer is not registered in Creditsafe ́s registers, the company ́s last two auditor approved annual accounts shall be submitted upon request. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be provided. Use of this criterion: 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? Use of this criterion: Not 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 Tenderers shall be a legally registered company. Documentation: Documentation: Documentation must not be enclosed for tenderers registered in the Norwegian Register of Units. The contracting authority will check the registration by using the organisation number stated in the tenderer ́s Mercell profile. Tenderers who are not registered in the above register must present a certificate or confirmation (equivalent company registration certificate) for registration in a trade or business register as prescribed by the law of the country where the tenderer is established. Such a certificate shall not be issued more than six months before the tender deadline. 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. Minimum qualification requirements Tenderers shall have good and relevant experience. The experience shall include deliveries of equivalent complexity as the delivery requested in this competition. Documentation requirement: Relevant experience shall be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last three (3) years. The references are to be added directly to Mercell as a response to this point. If more than five reference projects are given, only the first five will be assessed. Use of this criterion: 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 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Norwegian Address of the procurement documents: https://permalink.mercell.com/239905568.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/239905568.aspx Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of requests to participate: 01/11/2030 11:00:00 (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: No framework agreement Information about the dynamic purchasing system: Dynamic purchasing system, also usable by buyers not listed in this notice 5.1.16. Further information, mediation and review Review organisation: Hordaland tingrett 8. Organisations 8.1. ORG-0001 Official name: Øygarden kommune Registration number: 922530890 Postal address: Foldnesvegen 1 Town: Straume Postcode: 5354 Country: Norway Contact point: Margunn Wikum-Olsen Email: margunn.wikum-olsen@oygarden.kommune.no Telephone: +47 48400203 Fax: +47 48400203 Internet address: https://www.hrpas.no Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Hordaland tingrett Registration number: 926723367 Town: Bergen Country: Norway Email: hordaland.tingrett@domstol.no Telephone: 55699700 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 32cef45c-4d58-456a-87e4-fe41450d5790 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 11/10/2024 09:51:37 (UTC) Notice dispatch date (eSender): 11/10/2024 10:50:39 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 618693-2024 OJ S issue number: 200/2024 Publication date: 14/10/2024 Czech document download: https://ted.europa.eu/cs/notice/618693-2024/pdf Danish document download: https://ted.europa.eu/da/notice/618693-2024/pdf German document download: https://ted.europa.eu/de/notice/618693-2024/pdf Greek document download: https://ted.europa.eu/el/notice/618693-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/618693-2024/pdf English document download: https://ted.europa.eu/en/notice/618693-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/618693-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/618693-2024/pdf French document download: https://ted.europa.eu/fr/notice/618693-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/618693-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/618693-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/618693-2024/pdf Italian document download: https://ted.europa.eu/it/notice/618693-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/618693-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/618693-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/618693-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/618693-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/618693-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/618693-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/618693-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/618693-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/618693-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/618693-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/618693-2024/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 Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Machinery Investigation Regulation and Administration of Communications Engine Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Engine Copper Professional Process Funds
CPVS
Tools Iron, lead, zinc, tin and copper Profiles Collection, transport and disposal of hospital waste System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Lead Photographs Research, testing and scientific technical simulator Other community, social and personal services Fleet management, repair and maintenance services Control, safety or signalling equipment for parking facilities Command, control, communication systems Concrete Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Passenger cars Command, control, communication and computer systems System, storage and content management software development services Forms Parts of chain Chain Motors Concrete work Installation services of equipment for measuring, checking, testing and navigating Sewage, refuse, cleaning and environmental services Pressure-reducing, control, check or safety valves Catalogues Cargo carriers Engine parts Parts of other vehicles Engines Other services Keys Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Radio, television, communication, telecommunication and related equipment Postal orders Electronic, electromechanical and electrotechnical supplies Designs Tool parts Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs Other passenger cars
UNSPSC
Motor vehicles Engines Profiles Chains Nuts Awards Business cases Environmental management Utilities Inspection Quality control Co financing Employment Equipment cases Liability insurance Case making services Area lighting Securities Baggage Scale, Cargo E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) 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
Light and Lighting Products Electricity 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