Framework agreement for leasing vehicles (2)

The procurement shall cover the contracting authority ́s need for leasing of vehicles, vehicle administration and associated services (washing, covering tyres etc.). Our estimates suggest that there is an expectation of approx. 700 vehicles that will be leased in total over four years, but the figure is subject to great …

CPV: 50111000 Fleet management, repair and maintenance services, 34110000 Passenger cars, 34113000 4-wheel-drive vehicles, 34136000 Vans, 50112000 Repair and maintenance services of cars, 50116500 Tyre repair services, including fitting and balancing, 66114000 Financial leasing services
Place of execution:
Framework agreement for leasing vehicles (2)
Awarding body:
OFA IKS
Award number:
20/29267

1. Buyer

1.1 Buyer

Official name : OFA IKS
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Framework agreement for leasing vehicles (2)
Description : The procurement shall cover the contracting authority ́s need for leasing of vehicles, vehicle administration and associated services (washing, covering tyres etc.). Our estimates suggest that there is an expectation of approx. 700 vehicles that will be leased in total over four years, but the figure is subject to great uncertainty, among other things, due to pressed municipal economy and unpredictability in connection with the choice of financing when procurement of cars. See the tender documentation and part II annex 1 for further information on the contents of the procurement.
Procedure identifier : a56477d0-1f70-49ff-a295-28271918ac78
Internal identifier : 20/29267
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the current Law 17 June 2016 no. 73 on public procurements (LOA) and the regulations 12 August 2016 no. 974 on public procurements (FOA) parts I and III. The procurement will be carried out as a negotiated procedure after a prior notice, cf. the Public Procurement Regulations § 13-1 (2). This competition is initiated with a qualification phase (phase 1). Only tenderers who fulfil the qualification requirements and who are invited will be able to submit a tender (phase 2). The contracting authority ́s assessment is that the conditions for the chosen form of procedure are met. This applies, among other things, to the contracting authority ́s need for adaptations such as that the additional services shall involve transport to/from washing, service etc. over the entire county. c.f. the public procurement regulations. §13-2 a) In addition, the procurement ́s financial composition and economic size are of high importance. The municipalities' pressed finances speak for the necessity of optimisation through negotiations, cf. § 13-2 c).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34136000 Vans
Additional classification ( cpv ): 50112000 Repair and maintenance services of cars
Additional classification ( cpv ): 50116500 Tyre repair services, including fitting and balancing
Additional classification ( cpv ): 66114000 Financial leasing services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Delivery of vehicles and follow-up of the vehicles shall occur at the respective municipalities in the County of Agder.

2.1.3 Value

Maximum value of the framework agreement : 450 000 000 Norwegian krone

2.1.4 General information

Additional information : The contracting authority for the competition is OFA IKS on behalf of Agder County Council, 25 municipalities and affiliated entities in the region of Agder, hereinafter referred to as the Client/Customer. For further information about the purchasing cooperation, see OFA-IKS Contracting authorities that have undertaken to participate in this agreement are the following Agder County Municipality Arendal Municipality Birkenes Municipality Bygland Municipality Bykle Municipality Evje and Hornnes Municipality Farsund Municipality Flekkefjord Municipality Froland Municipality Gjerstad Municipality Grimstad Municipality Hægebostad Municipality Iveland Municipality Kristiansand Municipality Kvinesdal Municipality Lillesand Municipality Lindesnes Municipality Lyngdal Municipality Risør Municipality Sirdal Municipality Tvedestrand Municipality Valle Municipality Vegårshei Municipality Vennesla Municipality Åmli municipality Åseral municipality Arendal Eiendom KF DDV IKS IKT Agder IKS Lindesnes Havn KF Kilden Teater og Konserthus IKS Arendal Havn KF Kjøkkenservice Industrier AS Lillesand og Birkenes renovasjonsselskap LiBiR Mindus AS
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, 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.
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 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)
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 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).
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 : 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?
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 activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for leasing vehicles (2)
Description : The procurement shall cover the contracting authority ́s need for leasing of vehicles, vehicle administration and associated services (washing, covering tyres etc.). Our estimates suggest that there is an expectation of approx. 700 vehicles that will be leased in total over four years, but the figure is subject to great uncertainty, among other things, due to pressed municipal economy and unpredictability in connection with the choice of financing when procurement of cars. See the tender documentation and part II annex 1 for further information on the contents of the procurement.
Internal identifier : 20/29267

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34136000 Vans
Additional classification ( cpv ): 50112000 Repair and maintenance services of cars
Additional classification ( cpv ): 50116500 Tyre repair services, including fitting and balancing
Additional classification ( cpv ): 66114000 Financial leasing services
Options :
Description of the options : The agreement is open to the purchase of charging stations for electric vehicles, type AC and DC via the main supplier. The procurement of such charging stations is to be considered as options.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Delivery of vehicles and follow-up of the vehicles shall occur at the respective municipalities in the County of Agder.

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contract will be valid for 2 years, with an option for an extension for up to 1+1 year, total four years. Each call-off can last beyond the duration of the framework agreement.

5.1.5 Value

Maximum value of the framework agreement : 450 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The contracting authority for the competition is OFA IKS on behalf of Agder County Council, 25 municipalities and affiliated entities in the region of Agder, hereinafter referred to as the Client/Customer. For further information about the purchasing cooperation, see OFA-IKS Contracting authorities that have undertaken to participate in this agreement are the following Agder County Municipality Arendal Municipality Birkenes Municipality Bygland Municipality Bykle Municipality Evje and Hornnes Municipality Farsund Municipality Flekkefjord Municipality Froland Municipality Gjerstad Municipality Grimstad Municipality Hægebostad Municipality Iveland Municipality Kristiansand Municipality Kvinesdal Municipality Lillesand Municipality Lindesnes Municipality Lyngdal Municipality Risør Municipality Sirdal Municipality Tvedestrand Municipality Valle Municipality Vegårshei Municipality Vennesla Municipality Åmli municipality Åseral municipality Arendal Eiendom KF DDV IKS IKT Agder IKS Lindesnes Havn KF Kilden Teater og Konserthus IKS Arendal Havn KF Kjøkkenservice Industrier AS Lillesand og Birkenes renovasjonsselskap LiBiR Mindus AS

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 : Increase. and fine. capacity
Description : Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, services, risk and duration. Documentation requirement: The contracting authority will obtain a credit rating of the tenderer itself. The contracting authority reserves the right to obtain supplementary information on the tenderer's finances Note: If the tenderer has a justifiable reason, they can document their economic and financial capacity by presenting other relevant documentation.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, middle of a range) : 50
Criterion :
Type : Other
Name : Selection Criteria 1 - Relevant contracts
Description : Documentation: List of up to five contracts with information on the contract party, number of vehicles, vehicle models and core needs in each contract. The document can be uploaded in the KGV under "selection criterium". The contracting authority reserves the right to obtain supplementary information on this response if needed. Evaluation: Will be evaluated on the relevance of the contracts, access to a wide range of vehicle models, in particular with regard to this contract ́s need, complexity and geographical catchment area. Weight: 40-60 %
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, middle of a range) : 50
Criterion :
Type : Suitability to pursue the professional activity
Name : Quality assurance system
Description : Requirement: Tenderers shall have implemented and functioning quality assurance systems. Documentation requirement: Description of the company's quality assurance system that is implemented in the company. If a tenderer is certified in accordance with ISO 9001 or equivalent third-party verified systems, it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Environmental management system
Description : Requirement: Tenderers shall have implemented a good environmental management system. Documentation requirement: Description of the environmental management system that is implemented in the entity. If a tenderer is certified in accordance with ISO 14001, EMAS, Miljøfyrtårn or equivalent third-party verified systems, it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Organisation and legal position
Description : Requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate • Foreign companies: Proof that the company is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tax Certificate
Description : Requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax and VAT certificate. The certificate must not be more than six months from the deadline for receipt of tenders. The certificate can be obtained electronically from Altinn. See the Skatteetaten.no for further information. Foreign tenderers: Foreign tenderers must submit equivalent certificates from their own country that show that their tax and duty payments are in order. 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.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Administration system/web portal and additional functionality.
Description : Documentation: 1 - Demo user for an administration system and any additional system/additional functionality that gives a value for the contracting authority 2 - a brief description of up to two pages in Word. We would like font size 12, the default margin, and line spacing 1.5. Tenderers describe the most important functions of the system/systems/additional functionality. Systems that are only planned should be explicitly stated with the expected date for completion. Evaluation: Experienced degree of intuitive, efficient and informative system. We will, among other things, evaluate the possibility of ordering, reporting, communication both ways and the relevance of the data that is available. The evaluation will be based on the procuremental judgement and experienced value from all the relevant perspectives in this competition, see annex 1, point 2. Definitions. Clear and binding responses are wanted.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Service and follow-up
Description : Documentation: Description of up to approx. 3 pages in Word. We would like font size 12, the default margin, and line spacing 1.5. The description shall include suggestions for service and follow-up that will be offered, both from the main gender neutral preferred and any team. The evaluation will be based on the procuremental judgement and experienced value from all the relevant perspectives in this competition, see annex 1, point 2. Definitions. Clear and binding responses are wanted.
Weight (percentage, exact) : 20
Criterion :
Type : Price
Name : Price/Cost
Description : Documentation: Completed price form, cf. Annex 2 Evaluation: total sum.
Weight (percentage, exact) : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 28/03/2025 11:00 +00:00
Ad hoc communication channel :
Name : Spørsmål og svar, samt innlevering av tilbud skal gjøres i det KGV-systemet som denne kunngjøringen henviser (lenker) interessenter til. Dette er Mercell sin KGV-løsning, tidligere EU-Supply.

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 11/04/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 04/04/2025 14:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : 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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett
Organisation receiving requests to participate : OFA IKS
Organisation processing tenders : OFA IKS

8. Organisations

8.1 ORG-0001

Official name : OFA IKS
Registration number : 931832336
Postal address : Kjøita 40
Town : Kristiansand
Postcode : 4630
Country : Norway
Contact point : Bjarki Steinarsson.
Telephone : +47 98997537
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Agder Tingrett
Registration number : 974 732 998
Town : Kristiansand
Country : Norway
Telephone : 38176300
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 2bf82994-86ba-4cdd-8f7a-47cf89c2cc7d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/03/2025 11:32 +00:00
Notice dispatch date (eSender) : 04/03/2025 12:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00145870-2025
OJ S issue number : 45/2025
Publication date : 05/03/2025