FR-23-02 Leasing of vehicles

Frøya municipality intends to enter into a framework agreement for leasing suitable vehicles for the municipalities ́daily operations, including the home nursing care and technical operations. The vehicles shall be environmentally friendly, cost efficient, reliable, have high security and modern built-in security systems. The vehicle fleet included in this agreement …

CPV: 34100000 Vehículos de motor, 34110000 Automóviles para pasajeros, 34111000 Automóviles "familiares" AC (break) y "berlinas" AA (turismos), 34113000 Vehículos con tracción a las cuatro ruedas, 50111000 Servicios de administración, reparación y mantenimiento de parque de vehículos, 66114000 Servicios de arrendamiento financiero
Plazo:
9 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
FR-23-02 Leasing of vehicles
Organismo adjudicador:
Frøya kommune
Número de premio:
133

1. Buyer

1.1 Buyer

Official name : Frøya kommune
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 : FR-23-02 Leasing of vehicles
Description : Frøya municipality intends to enter into a framework agreement for leasing suitable vehicles for the municipalities ́daily operations, including the home nursing care and technical operations. The vehicles shall be environmentally friendly, cost efficient, reliable, have high security and modern built-in security systems. The vehicle fleet included in this agreement currently consists mainly of goods vans and passenger cars, but also box-type vans and burners. Tenderers must therefore be able to offer a broad range of vehicle types in order to cover the contracting authority ́s needs. A large part of the current vehicles are leased vehicles, but some of the vehicles are self-owned. The contracting authority shall be free to order vehicles from all segments mentioned in the attached price form, based on each unit ́s need. Other models and equipment variants shall also be available for extraction. Driving length of the ordered vehicles may also vary as needed. The contracting authority is subject to the always prevailing regulations on emission requirements for vehicles for public procurements for road transport. This means that the removal of new vehicles will mainly be electric vehicles, unless the exception provisions in the mentioned regulations apply. Based on the expected volume, adjusted for price development and possible changes in interest rates, the maximum turnover in the contract will be NOK 15 million excluding VAT. Tenderers shall use their expertise and competence to contribute to fulfilling the aim of the contract. See the attached requirement specifications.
Procedure identifier : d6b70dc5-743c-41b5-a9a1-77394fc25d70
Internal identifier : 133
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 66114000 Financial leasing services
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 34111000 Estate and saloon cars
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34110000 Passenger cars

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 12 000 000 Norwegian krone
Maximum value of the framework agreement : 15 000 000 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 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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?
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.
Conflict of interest due to its participation in the procurement procedure : Is the tenderer 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where 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-0001

Title : FR-23-02 Leasing of vehicles
Description : Frøya municipality intends to enter into a framework agreement for leasing suitable vehicles for the municipalities ́daily operations, including the home nursing care and technical operations. The vehicles shall be environmentally friendly, cost efficient, reliable, have high security and modern built-in security systems. The vehicle fleet included in this agreement currently consists mainly of goods vans and passenger cars, but also box-type vans and burners. Tenderers must therefore be able to offer a broad range of vehicle types in order to cover the contracting authority ́s needs. A large part of the current vehicles are leased vehicles, but some of the vehicles are self-owned. The contracting authority shall be free to order vehicles from all segments mentioned in the attached price form, based on each unit ́s need. Other models and equipment variants shall also be available for extraction. Driving length of the ordered vehicles may also vary as needed. The contracting authority is subject to the always prevailing regulations on emission requirements for vehicles for public procurements for road transport. This means that the removal of new vehicles will mainly be electric vehicles, unless the exception provisions in the mentioned regulations apply. Based on the expected volume, adjusted for price development and possible changes in interest rates, the maximum turnover in the contract will be NOK 15 million excluding VAT. Tenderers shall use their expertise and competence to contribute to fulfilling the aim of the contract. See the attached requirement specifications.
Internal identifier : 133

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 66114000 Financial leasing services
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 34111000 Estate and saloon cars
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34110000 Passenger cars

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : '- Documentation requirements: Tenderers shall have sufficient financial capacity to fulfil the assignment. Documented by an expanded report from Bisnode http://www.soliditet.no/. The report must be dated after the publication date for the competition. If this is not enclosed, Abakus will obtain an expanded report from Bisnode free of cost for the tenderer. The information in the report will form the basis for an assessment of the tenderer's economic and financial situation. Information given on the tender date will be used as a basis. A credit rating equivalent to or better than "A" or "AN" is required to participate in the competition.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax and VAT
Description : '- Documentation requirements: Tenderers shall fulfil their obligations to the payment of taxes and other public duties. Norwegian tenderers shall submit a VAT and tax certificate. The tax certificates must not be older than 6 months from the deadline for receipt of tenders.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : '- Documentation requirements: Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : '- Documentation requirements: Tenderers shall have an established quality assurance system. Documented by an account of the company's quality assurance system, including health, environment and safety that is relevant for this contract. If procedures are described in the company's quality management system in accordance with ISO9001 or equivalent third party verified system, it is sufficient to enclose a valid certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental Standard System
Description : '- Documentation requirements: **_Minstekrav to kvalifikasjonskrav_**_Dokumenteres with certificates issued by independent bodies as documentation that the tenderer fulfils certain environmental management systems or standards, cf. The EU Scheme for Environmental Management and Environmental Audits (EMAS), other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45 or other environmental management standards based on relevant European or international standards from accredited organer_
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Name :
Description : See the tender documentation.
Criterion :
Type : Quality
Name :
Description : See the tender documentation.
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

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/133
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 09/10/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet tingrett
Organisation providing additional information about the procurement procedure : Artifik AS
Organisation receiving requests to participate : Artifik AS
Procurement service provider : Artifik AS

8. Organisations

8.1 ORG-0001

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Østre Innlandet tingrett
Registration number : 926723669
Postal address : Postboks 4450
Town : Hamar
Postcode : 2326
Country : Norway
Telephone : +47 62782700
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Frøya kommune
Registration number : 964982597
Postal address : Herredshuset
Town : Sistranda
Postcode : 7260
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Contact point : Nils Bjørseth
Telephone : +47 72463200
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : b2853843-b475-4fc5-8a8a-ee94c1a4de92 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/09/2024 11:24 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00529935-2024
OJ S issue number : 172/2024
Publication date : 04/09/2024