Dynamic purchasing system leasing and insubordination of vehicles.

The dynamic purchasing system shall cover the user ́s need for vehicles, either by leasing or as a car subscription. The main aim will be to cover the user ́s need for adapted vehicles. Adapted vehicles means vehicles that have adaptations beyond the standard set-up. This can, for example, be …

CPV: 34100000 Vehículos de motor, 34113000 Vehículos con tracción a las cuatro ruedas, 34113200 Vehículos todoterreno, 34114000 Vehículos especiales, 34115300 Vehículos de transporte usados, 34130000 Vehículos de motor para el transporte de mercancías, 34140000 Vehículos pesados, 34144000 Vehículos de motor para usos especiales, 34144700 Vehículos utilitarios, 34144900 Vehículos eléctricos, 50111000 Servicios de administración, reparación y mantenimiento de parque de vehículos, 50111100 Servicios de gestión de parque de vehículos
Lugar de ejecución:
Dynamic purchasing system leasing and insubordination of vehicles.
Organismo adjudicador:
Forsvaret v/Forsvarets logistikkorganisasjon
Número de premio:
2023010959

1. Buyer

1.1 Buyer

Official name : Forsvaret v/Forsvarets logistikkorganisasjon
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Dynamic purchasing system leasing and insubordination of vehicles.
Description : The dynamic purchasing system shall cover the user ́s need for vehicles, either by leasing or as a car subscription. The main aim will be to cover the user ́s need for adapted vehicles. Adapted vehicles means vehicles that have adaptations beyond the standard set-up. This can, for example, be vehicles with extra pedal sets for use in driver training or goods/lorries with adapted loading handling systems. Furthermore, the aim is to cover the user ́s need for leasing or taking up parking vehicles that cannot be covered by another leasing contract. This is either because there is talk of a shorter needs period or because the relevant vehicle is not covered by another leasing contract. These vehicles do not necessarily need adaptations. The users ́ actual needs and criteria will be further specified in the requirement specifications in the individual competitions that are implemented in the procurement scheme and the tenderers will compete on these in accordance with the stated award criteria.
Procedure identifier : a8c71edf-b139-47de-a829-6aede857f026
Internal identifier : 2023010959
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : The dynamic purchasing system shall cover the user ́s need for vehicles, either by leasing or as a car subscription. The main aim will be to cover the user ́s need for adapted vehicles. Adapted vehicles means vehicles that have adaptations beyond the standard set-up. This can, for example, be vehicles with extra pedal sets for use in driver training or goods/lorries with adapted loading handling systems. Furthermore, the aim is to cover the user ́s need for leasing or taking up parking vehicles that cannot be covered by another leasing contract. This is either because there is talk of a shorter needs period or because the relevant vehicle is not covered by another leasing contract. These vehicles do not necessarily need adaptations. The users ́ actual needs and criteria will be further specified in the requirement specifications in the individual competitions that are implemented in the procurement scheme and the tenderers will compete on these in accordance with the stated award criteria.

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
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34113200 All-terrain vehicles
Additional classification ( cpv ): 34114000 Specialist vehicles
Additional classification ( cpv ): 34115300 Second-hand transport vehicles
Additional classification ( cpv ): 34130000 Motor vehicles for the transport of goods
Additional classification ( cpv ): 34140000 Heavy-duty motor vehicles
Additional classification ( cpv ): 34144000 Special-purpose motor vehicles
Additional classification ( cpv ): 34144700 Utility vehicles
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 50111100 Vehicle-fleet management services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 90 000 000 NOK

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).
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 technical ID : LOT-0000

Title : Dynamic purchasing system leasing and insubordination of vehicles.
Description : The dynamic purchasing system shall cover the user ́s need for vehicles, either by leasing or as a car subscription. The main aim will be to cover the user ́s need for adapted vehicles. Adapted vehicles means vehicles that have adaptations beyond the standard set-up. This can, for example, be vehicles with extra pedal sets for use in driver training or goods/lorries with adapted loading handling systems. Furthermore, the aim is to cover the user ́s need for leasing or taking up parking vehicles that cannot be covered by another leasing contract. This is either because there is talk of a shorter needs period or because the relevant vehicle is not covered by another leasing contract. These vehicles do not necessarily need adaptations. The users ́ actual needs and criteria will be further specified in the requirement specifications in the individual competitions that are implemented in the procurement scheme and the tenderers will compete on these in accordance with the stated award criteria.
Internal identifier : 2023010959

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
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34113200 All-terrain vehicles
Additional classification ( cpv ): 34114000 Specialist vehicles
Additional classification ( cpv ): 34115300 Second-hand transport vehicles
Additional classification ( cpv ): 34130000 Motor vehicles for the transport of goods
Additional classification ( cpv ): 34140000 Heavy-duty motor vehicles
Additional classification ( cpv ): 34144000 Special-purpose motor vehicles
Additional classification ( cpv ): 34144700 Utility vehicles
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 50111100 Vehicle-fleet management services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 2024-03-05Z
Duration end date : 2034-01-31Z

5.1.5 Value

Estimated value excluding VAT : 90 000 000 NOK

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 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 Requirement: Tenderers shall have the necessary economic and financial capacity to fulfil the contract. It is sufficient to fulfil the requirement that the tenderer has achieved the credit rating of "credit worthy" or equivalent. Documentation requirement: A credit rating from a certified credit rating company based on the most recent accounting figures. The assessment must not be more than three months old. The Norwegian Armed Forces reserves the right to require further information in order to verify whether the tenderer has sufficient financial strength.
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? Minimum qualification requirements Requirement: Tenderers shall have a well functioning quality assurance system. Documentation requirement: Description of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent standards, it is sufficient to present a copy of a valid certificate.
Use of this criterion : 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? Minimum qualification requirements Requirement: The tenderer shall have a well-functioning environmental management system with routines and structure that shows how the tenderer at company level safeguards relevant environmental considerations. The following shall be a part of the system: - A separate environmental policy - An overview of any environmental impacts (aspects) from the company. - Responsible management of the necessary resources to establish, implement, maintain and continually improve the management system for the environment. - Routines for follow-up from management regularly Documentation requirement: If the tenderer is certified in accordance with ISO 14001 or equivalent standards, it is sufficient to present a copy of a valid certificate. If the tenderer is not certified, fulfilment of the above listed points must be documented.
Use of this criterion : 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 Requirement: Tenderers shall be registered in a company register or trade register in the country where the tenderer is established. Documentation requirement: Norwegian tenderers: - Company Registration Certificate. Foreign tenderers: Confirmation that the tenderer is registered in a company register, trade register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Self-declaration on Russian involvement
Description : Requirement: Tenderers shall confirm fulfilment of the content in Annex 3 "Self-Declaration on Russian Involvement in Public Procurements": Documentation requirement: Signed Annex 3.
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 : Not 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 : Previous deliveries
Description : Requirement: Tenderers shall be able to deliver vehicles in at least one of the relevant vehicle categories. Documentation requirement: Tenderers shall document the delivery of vehicles in at least one of the categories listed in point 1.3 in the document "Qualification Documentation". The documentation can, for example, be a censured contract. Minimum qualification requirements
Use of this criterion : 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/221975916.aspx ,

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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 2034-01-31Z 11:00:00Z
Terms of contract :
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Organisation providing more information on the review procedures : Forsvaret v/Forsvarets logistikkorganisasjon

8. Organisations

8.1 ORG-0001

Official name : Forsvaret v/Forsvarets logistikkorganisasjon
Registration number : 988517860
Postal address : Lysaker Torg 45
Town : Lysaker
Postcode : 1366
Country : Norway
Contact point : Daniel Hovland
Telephone : 63808172
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Town : Oslo
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : c1219682-e236-4caa-b2c4-9432d3ffcc55 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 2024-02-02Z 09:03:22Z
Notice dispatch date (eSender) : 2024-02-02Z 09:04:34Z
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00075972-2024
OJ S issue number : 25/2024
Publication date : 2024-02-05Z