Fuel for vehicles and charging electric vehicles

The procurement concerns fuel for vehicles (Diesel and petrol) as well as charging electric vehicles. The procurement concerns fuel for vehicles (Diesel and petrol) Quick charging for electric vehicles for Norway

CPV: 09000000 Derivados del petróleo, combustibles, electricidad y otras fuentes de energía, 09132100 Gasolina sin plomo, 09132200 Gasolina con plomo, 09132300 Gasolina con etanol, 09134200 Combustible para motores diésel, 09134230 Biodiésel, 09240000 Productos derivados del carbón o de aceites minerales, 09310000 Electricidad, 31110000 Motores eléctricos, 31158100 Cargadores de baterías, 31682000 Artículos eléctricos
Plazo:
28 de octubre de 2024 a las 11:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Fuel for vehicles and charging electric vehicles
Organismo adjudicador:
Politiets fellestjenester
Número de premio:
24/17653

1. Buyer

1.1 Buyer

Official name : Politiets fellestjenester
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

1.1 Buyer

Official name : Kriminalomsorgsdirektoratet
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Public order and safety

1.1 Buyer

Official name : Direktoratet for samfunnssikkerhet og beredskap
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Defence

1.1 Buyer

Official name : Politiets sikkerhetstjeneste
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Public order and safety

1.1 Buyer

Official name : Spesialenheten for politisaker
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Fuel for vehicles and charging electric vehicles
Description : The procurement concerns fuel for vehicles (Diesel and petrol) as well as charging electric vehicles.
Procedure identifier : c39b12e3-2ad3-47fa-9472-05d061d764d2
Internal identifier : 24/17653
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 : Supplies
Main classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09132100 Unleaded petrol
Additional classification ( cpv ): 09132200 Leaded petrol
Additional classification ( cpv ): 09132300 Petrol with ethanol
Additional classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 09134230 Biodiesel
Additional classification ( cpv ): 09240000 Oil and coal-related products
Additional classification ( cpv ): 09310000 Electricity
Additional classification ( cpv ): 31110000 Electric motors
Additional classification ( cpv ): 31158100 Battery chargers

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 513 000 000 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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Fuel for vehicles
Description : The procurement concerns fuel for vehicles (Diesel and petrol)
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09132100 Unleaded petrol
Additional classification ( cpv ): 09132200 Leaded petrol
Additional classification ( cpv ): 09132300 Petrol with ethanol
Additional classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 09134230 Biodiesel
Additional classification ( cpv ): 09240000 Oil and coal-related products

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
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 : 1 year + 1 year.

5.1.5 Value

Estimated value excluding VAT : 500 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Creditworthiness
Description : Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: - A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax Certificate
Description : Norwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.
Use of this criterion : Used
Criterion :
Type : Other
Name : Self-declaration
Description : Public Contracting Authorities are obliged not to enter into contracts with legal persons/companies covered by § 8n in the Regulations on Restrictive Measures regarding actions that undermine or threaten Ukraine's territorial integrity, sovereignty, independence and stability of 15 August 2014 no. 1076 (The Sanctions Regulations of Ukraine (territorial integrity etc.)), unless the Ministry of Foreign Affairs gives a licence pursuant to § 8n other sections. A self-declaration shall be enclosed here.
Use of this criterion : Used
Criterion :
Type : Other
Name : Self-declaration
Description : A commitment statement for any companies that the tenderer will use, cf. "Rules for the competition" shall be enclosed here.
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental management
Description : Qualification requirement: Tenderers shall have an environmental management system. Documentation requirement: Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted: • Valid certificates/certificates issued by an independent body (eks. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or • A description of the tenderer's own environmental management system. The description shall as a minimum include environmental objectives.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality Assurance System
Description : Qualification requirement: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided. Documentation requirement: Tenderers shall submit documentation of their quality assurance and management system. The following documentation will be accepted: Certificate for the company's quality assurance/management system issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent, or A description that as a minimum covers the company ́s procedures/routines for: - handling deviations and claims. - the process from receipt and registration of orders until delivery to the customer.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Relevant experience
Description : Qualification requirement: Tenderers shall have experience from comparable contracts. Documentation requirement: Description of up to 3 of the tenderer's most relevant/comparable contracts in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Registration
Description : Qualification requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 20/10/2024 22:00 +00:00

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
Deadline for receipt of tenders : 28/10/2024 11:00 +00:00
Information about public opening :
Opening date : 28/10/2024 11:00 +00:00
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 : no
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 : Oslo tingrett

5.1 Lot technical ID : LOT-0002

Title : Charging electric car
Description : Quick charging for electric vehicles for Norway
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09310000 Electricity
Additional classification ( cpv ): 31682000 Electricity supplies

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
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 : 1 year + 1 year.

5.1.5 Value

Estimated value excluding VAT : 13 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Creditworthiness
Description : Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: - A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax Certificate
Description : Norwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.
Use of this criterion : Used
Criterion :
Type : Other
Name : Self-declaration
Description : Public Contracting Authorities are obliged not to enter into contracts with legal persons/companies covered by § 8n in the Regulations on Restrictive Measures regarding actions that undermine or threaten Ukraine's territorial integrity, sovereignty, independence and stability of 15 August 2014 no. 1076 (The Sanctions Regulations of Ukraine (territorial integrity etc.)), unless the Ministry of Foreign Affairs gives a licence pursuant to § 8n other sections. A self-declaration shall be enclosed here.
Use of this criterion : Used
Criterion :
Type : Other
Name : Self-declaration
Description : A commitment statement for any companies that the tenderer will use, cf. "Rules for the competition" shall be enclosed here.
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental management
Description : Qualification requirement: Tenderers shall have an environmental management system. Documentation requirement: Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted: • Valid certificates/certificates issued by an independent body (eks. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or • A description of the tenderer's own environmental management system. The description shall as a minimum include environmental objectives.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality Assurance System
Description : Qualification requirement: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided. Documentation requirement: Tenderers shall submit documentation of their quality assurance and management system. The following documentation will be accepted: Certificate for the company's quality assurance/management system issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent, or A description that as a minimum covers the company ́s procedures/routines for: - handling deviations and claims. - the process from the receipt and registration of orders until delivery to the customer.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Registration
Description : Qualification requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Relevant experience
Description : Qualification requirement: Tenderers shall have experience from comparable contracts. Documentation requirement: Description of up to 3 of the tenderer's most relevant/comparable contracts in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian

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
Deadline for receipt of tenders : 28/10/2024 11:00 +00:00
Information about public opening :
Opening date : 28/10/2024 11:00 +00:00
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 : no
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 : Oslo tingrett

8. Organisations

8.1 ORG-0001

Official name : Politiets fellestjenester
Registration number : 974761157
Postal address : Postboks 116
Town : JAREN
Postcode : 2714
Country : Norway
Contact point : Kari Brøste Kjersem
Telephone : +47 61318000
Internet address : http://www.politiet.no
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : OSLO
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Internet address : https://www.domstol.no/
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Kriminalomsorgsdirektoratet
Registration number : 911 830 868
Town : Lillestrøm
Country : Norway
Telephone : 98632667
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Direktoratet for samfunnssikkerhet og beredskap
Registration number : 974 760 983
Town : Tønsberg
Country : Norway
Telephone : 98632667
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Politiets sikkerhetstjeneste
Registration number : 974 769 484
Town : Oslo
Country : Norway
Telephone : 98632667
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Spesialenheten for politisaker
Registration number : 987 248 890
Town : Hamar
Country : Norway
Telephone : 98632667
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : db0fbb5c-5a44-404c-80ed-c206cb6d5e6d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/09/2024 17:26 +00:00
Notice dispatch date (eSender) : 16/09/2024 17:28 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00560502-2024
OJ S issue number : 182/2024
Publication date : 18/09/2024