Framework agreement for workshop services for vehicles under 3,500 kg.

The framework agreement comprises more than 400 vehicles under 3,500 kg, which shall have annual service and maintenance as well as EU control (PKK). Systematic follow-up of the vehicles, as well as service and repair history can contribute to better control of the vehicle fleet, cost reductions and longer lifetime …

CPV: 50000000 Servicios de reparación y mantenimiento, 34111200 Automóviles de turismo, 34113000 Vehículos con tracción a las cuatro ruedas, 34144900 Vehículos eléctricos, 34300000 Partes y accesorios para vehículos y sus motores, 34330000 Repuestos para vehículos de transporte de mercancías, camionetas y automóviles, 50100000 Servicios de reparación, mantenimiento y servicios asociados de vehículos y equipo conexo, 50110000 Servicios de reparación y mantenimiento de vehículos de motor y equipo asociado, 50112000 Servicios de reparación y mantenimiento de automóviles, 50112100 Servicios de reparación de automóviles, 50112200 Servicios de mantenimiento de automóviles, 50116000 Servicios de mantenimiento y reparación relacionados con partes específicas de vehículos, 50116100 Servicios de reparación de sistemas eléctricos, 50116200 Servicios de reparación y mantenimiento de frenos y partes de frenos de vehículos, 50116300 Servicios de reparación y mantenimiento de cajas de cambio de vehículos, 50116400 Servicios de reparación y mantenimiento de transmisiones de vehículos
Plazo:
10 de marzo de 2025 a las 14:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for workshop services for vehicles under 3,500 kg.
Organismo adjudicador:
Tromsø kommune
Número de premio:
24/124

1. Buyer

1.1 Buyer

Official name : Tromsø kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for workshop services for vehicles under 3,500 kg.
Description : The framework agreement comprises more than 400 vehicles under 3,500 kg, which shall have annual service and maintenance as well as EU control (PKK). Systematic follow-up of the vehicles, as well as service and repair history can contribute to better control of the vehicle fleet, cost reductions and longer lifetime of the vehicles. The framework agreement for workshop services does not include tyres, tyre hotel or repairs of body damage and glass.
Procedure identifier : 38764af2-c945-4dcb-9156-75a1afadf86c
Internal identifier : 24/124
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 34111200 Saloon cars
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 34300000 Parts and accessories for vehicles and their engines
Additional classification ( cpv ): 34330000 Spare parts for goods vehicles, vans and cars
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 50110000 Repair and maintenance services of motor vehicles and associated equipment
Additional classification ( cpv ): 50112000 Repair and maintenance services of cars
Additional classification ( cpv ): 50112100 Car repair services
Additional classification ( cpv ): 50112200 Car maintenance services
Additional classification ( cpv ): 50116000 Maintenance and repair services related to specific parts of vehicles
Additional classification ( cpv ): 50116100 Electrical-system repair services
Additional classification ( cpv ): 50116200 Repair and maintenance services of vehicle brakes and brake parts
Additional classification ( cpv ): 50116300 Repair and maintenance services of vehicle gearboxes
Additional classification ( cpv ): 50116400 Repair and maintenance services of vehicle transmissions

2.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )

2.1.3 Value

Maximum value of the framework agreement : 56 000 000 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 : Framework agreement for workshop services for vehicles under 3,500 kg.
Description : The framework agreement comprises more than 400 vehicles under 3,500 kg, which shall have annual service and maintenance as well as EU control (PKK). Systematic follow-up of the vehicles, as well as service and repair history can contribute to better control of the vehicle fleet, cost reductions and longer lifetime of the vehicles. The framework agreement for workshop services does not include tyres, tyre hotel or repairs of body damage and glass.
Internal identifier : 24/124

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 34111200 Saloon cars
Additional classification ( cpv ): 34113000 4-wheel-drive vehicles
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 34300000 Parts and accessories for vehicles and their engines
Additional classification ( cpv ): 34330000 Spare parts for goods vehicles, vans and cars
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 50110000 Repair and maintenance services of motor vehicles and associated equipment
Additional classification ( cpv ): 50112000 Repair and maintenance services of cars
Additional classification ( cpv ): 50112100 Car repair services
Additional classification ( cpv ): 50112200 Car maintenance services
Additional classification ( cpv ): 50116000 Maintenance and repair services related to specific parts of vehicles
Additional classification ( cpv ): 50116100 Electrical-system repair services
Additional classification ( cpv ): 50116200 Repair and maintenance services of vehicle brakes and brake parts
Additional classification ( cpv ): 50116300 Repair and maintenance services of vehicle gearboxes
Additional classification ( cpv ): 50116400 Repair and maintenance services of vehicle transmissions

5.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Can be extended for one + one year.

5.1.5 Value

Maximum value of the framework agreement : 56 000 000 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) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Financial capacity
Description : The tenderer must have good financial capacity to carry out the assignment/contract. The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
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 organisational and legal position of the tenderer.
Description : Tenderers shall document with their company registration certificate that the company is legally established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Payment of tax, VAT and other public duties.
Description : Tenderers must have their tax, payroll tax and VAT payments in order. Documented by a tax certificate, not older than six months.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Workshop certification
Description : Tenderers shall be certified as a vehicle garage by the Norwegian Public Roads Administration in accordance with the category Vehicle Repair Garage 01.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Certification for periodical vehicle inspections of vehicles (PKK)
Description : Tenderers shall be certified by the Norwegian Public Roads Administration to carry out periodic vehicle inspections of vehicles (sacks) for vehicles under 3,500 kg.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Capacity and implementation ability
Description : Tenderers shall have good capacity as regards the scope and character of the framework agreement.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Tenderers shall have a quality assurance system suitable for the delivery ́s complexity, risk and aims. The quality system shall as a minimum fulfil the provisions stated in the workshop regulations.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management system
Description : Tenderers shall have an established environmental management system that ensures that the company works systematically to reduce environmental impact in all parts of the business.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Total price in accordance with the price form.
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Quality
Description : The quality award criteria will be evaluated based on the tenderer ́s response to the following sub-criteria: Priority and Customer Service Competence Integration with CarAdmin
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name :
Description : A mapping of climate and environmental impacts in the procurement shows that the service part in itself has a minimal environmental impact all the time it covers the purchase of human resources such as hourly work or assignments. The environmental impact of the agreement is mostly connected to: Waste management through workshops generating significant amounts of waste, including hazardous waste such as oil, batteries and chemicals. Improper handling of this waste can lead to pollution of soil and water. Use of chemicals for vehicle repairs and maintenance that can be harmful to the environment if not handled properly. Noise pollution during the operation of machines and equipment that can negatively affect the local environment. Workshops that offer repairs and periodic vehicle inspections must be certified by the Norwegian Public Roads Administration, c.f. the workshop regulations § 3. One of the terms for certification is that premises and technical equipment used by a certified vehicle garage be suitable for the purpose and have the necessary permits, cf. the workshop regulations § 7. The premises ́ suitability is approved by the municipality in accordance with the Planning and Building Act. The necessary permits are related, among other things, to the Pollution Act § 7 first period, in which it is stated that the person responsible for an activity or measures that pollute, or carries a risk of pollution, must have a licence. Application for a licence to a company in accordance with the Pollution Act shall be sent to the Norwegian Environment Agency. All vehicle garages approved by the Norwegian Public Roads Administration are therefore required to comply with strict requirements regarding climate and the environment in order to operate the operation. Climate and environment as the award criteria will, therefore, not be suitable for separating tenderers since everyone must fulfil the same strict requirements for climate and environment. The assessment is then that climate and environment as the award criterion will not give any further gain beyond the statutory requirements. When procuring workshop services for vehicles under 3,500 kg, the above will achieve a clearly better climate and environmental effect by making absolute requirements in the requirement specification that ensure that the already imposed climate and environmental requirements in the workshop certification are complied with and reported, that the routines and guidelines are updated, implemented and anchored in the business and that employees receive sufficient training in handling hazardous waste. The exclusion provisions in the procurement regulations § 7-9 fourth paragraph first sentence will therefore apply and the award criterion is replaced by absolute requirements in the requirement specifications.
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 : 27/02/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=44832

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 10/03/2025 14:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 10/03/2025 14:01 +00:00
Place : Tromsø
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
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 : Nord-Troms og Senja tingrett

8. Organisations

8.1 ORG-0001

Official name : Tromsø kommune
Registration number : 940 101 808
Department : Seksjon for anskaffelser
Postal address : Rådhuset, Postboks 6900 Langnes
Town : Tromsø
Postcode : 9299
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Contact point : Renate Mortensen
Telephone : +47 77 79 00 00
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Nord-Troms og Senja tingrett
Registration number : 926 723 022
Postal address : Postboks 2510
Town : Tromsø
Postcode : 9270
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Telephone : 77 60 34 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : b9c2ffd3-3935-47c3-9421-d93df390f624 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/02/2025 13:31 +00:00
Notice dispatch date (eSender) : 05/02/2025 13:31 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00082321-2025
OJ S issue number : 26/2025
Publication date : 06/02/2025