Car sharing services for VLFK

VLFK needs a car sharing service contract that all employees in the organisation can use. The original need is that VLFK wants to have some cars stationed at the main location in Bergen and that the employees have the opportunity to use the service on vehicles beyond the main location. …

CPV: 34100000 Vehículos de motor, 34110000 Automóviles para pasajeros, 34111000 Automóviles "familiares" AC (break) y "berlinas" AA (turismos), 34144900 Vehículos eléctricos, 50100000 Servicios de reparación, mantenimiento y servicios asociados de vehículos y equipo conexo, 50111000 Servicios de administración, reparación y mantenimiento de parque de vehículos, 72410000 Servicios de proveedor, 72416000 Proveedores de servicio de aplicaciones
Lugar de ejecución:
Car sharing services for VLFK
Organismo adjudicador:
Vestland fylkeskommune
Número de premio:
VLFK/24/214

1. Buyer

1.1 Buyer

Official name : Vestland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Car sharing services for VLFK
Description : VLFK needs a car sharing service contract that all employees in the organisation can use. The original need is that VLFK wants to have some cars stationed at the main location in Bergen and that the employees have the opportunity to use the service on vehicles beyond the main location.
Procedure identifier : d89ca9d5-3afb-4a91-bc13-6ae386d1c099
Internal identifier : VLFK/24/214
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 : Negotiated procedure. All qualified tenderers will be invited to submit a tender. The contracting authority will then invite tenderers to negotiations based on the submitted tenders and give an option for the tenderers to revise their tender.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72416000 Application service providers
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34111000 Estate and saloon cars
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 72410000 Provider services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )

2.1.3 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone
Maximum value of the framework agreement : 6 000 000 Norwegian krone

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, 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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Car sharing services for VLFK
Description : VLFK needs a car sharing service contract that all employees in the organisation can use. The original need is that VLFK wants to have some cars stationed at the main location in Bergen and that the employees have the opportunity to use the service on vehicles beyond the main location.
Internal identifier : VLFK/24/214

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72416000 Application service providers
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34111000 Estate and saloon cars
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 72410000 Provider services
Options :
Description of the options : Option 1: During the contract period it may be necessary to try car sharing at several of the contracting authority ́s main locations and preferably in cooperation with other public actors. Tenderers are asked to portray moglegheit from førde (Storehagen 1b, 6800 Førde) and Leikanger (Askedalen 2, 6863 Leikanger). Option 2: It may be relevant for VLFK to establish equivalent solutions (as the vehicles that will be stationed at Vestlandshuset) for the office locations Førde (Storehagen 1b, 6800 Førde) and Leikanger (Askedalen 2, 6863 Leikanger). Tenderers are asked to portray possibilty for this. If tenderers have possibility to fulfil this option, tenderers shall also make a cost proposal connected to the other office locations (Førde, Leikanger). The cost proposal shall be presented in Annex C - price-form and it will not be included in the evaluation. The tenderer shall set up the cost proposal in sheet number 5 in annex C.

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone
Maximum value of the framework agreement : 6 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 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 Other service contract

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer must state the organisational and legal position.
Description : The tenderer shall be a legally established company. • Norwegian companies: Company registration certificate from the Brønnøysund Register Centre* • Foreign companies: Proof that the company is registered in a trade or business register as in the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer shall have experience from equivalent assignments during the last three years. (NB: If the tenderer does not have an interpretable description of the procurement in the document, the requirement ought to be completed etc. with what type of experience shall be equivalent/relevant. Consider also using "relevant assignments" in the city for "equivalent assignments").
Description : Portrayal of the three most relevant assignments from the tenderer in the last 3 years (longer can be accepted if this is neccasary to ensure competition, likein fewer reference assignments if there are few similar assignments in the market quarter of a year). The description must include information on the value of the assignment, date and reception (name, telephone number and e-mail address). It is sufficient that the reference assignments together fulfil the qualification requirement. References can be contacted if needed to ensure relevance of the assignment. However, it is the tenderer's responsibility to document relevance through the description. The tenderer shall benefit from the reference form in Annex 4.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers must have relevant measures in environmental management.
Description : Depiction of environmental management measures. If a tenderer is certified in accordance with the Environmental Lighthouse, EMAS, ISO 14001 or equivalent environmental management system, it is sufficient to enclose a copy of a valid certificate. (Sjå FOA § 16-6 (1) g)).
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Completed Annex C - Prisar
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Quality
Description : A detailed description of the award criteria is in Annex A - requirement specifications. Completed Annex B - The tenderer should state the description of the delivery.
Weight (percentage, exact) : 40
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

Deadline for requesting additional information : 25/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=29845

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of requests to participate : 11/10/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
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 : Hordaland tingrett

8. Organisations

8.1 ORG-0001

Official name : Vestland fylkeskommune
Registration number : 821311632
Department : Innkjøpsseksjonen
Postal address : Postboks 7900
Town : BERGEN
Postcode : 5020
Country : Norway
Contact point : Morten Sivertsen Lygresten
Telephone : +47 05557
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926 723 367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : c8538300-ddc1-487c-8f4a-4fd6d3cdcb53 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/09/2024 13:45 +00:00
Notice dispatch date (eSender) : 06/09/2024 13:49 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00537949-2024
OJ S issue number : 175/2024
Publication date : 09/09/2024