Public transport services 2026 - Glåmdalen

Inland traffic c/o Innlandet County shall enter into a new contract for public transport services (passenger transport) in Glåmdalen from June 2026. After the cancellation of this competition 20.12.2024 the competition will be re-announced. It has not yet been decided if it will start in June/July 2026 or 2027, but …

CPV: 60100000 Usługi w zakresie transportu drogowego, 34114400 Minibusy, 34121000 Autobusy i autokary, 34121100 Autobusy transportu publicznego, 34121400 Autobusy niskopodłogowe, 60112000 Usługi w zakresie publicznego transportu drogowego
Miejsce wykonania:
Public transport services 2026 - Glåmdalen
Miejsce udzielenia zamówienia:
INNLANDET FYLKESKOMMUNE
Numer nagrody:
2023/14510

1. Buyer

1.1 Buyer

Official name : INNLANDET FYLKESKOMMUNE
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : Public transport services 2026 - Glåmdalen
Description : Inland traffic c/o Innlandet County shall enter into a new contract for public transport services (passenger transport) in Glåmdalen from June 2026. After the cancellation of this competition 20.12.2024 the competition will be re-announced. It has not yet been decided if it will start in June/July 2026 or 2027, but this will be clarified by the final tender deadline. Due to this, the dates/school years will have two alternatives where appropriate.
Procedure identifier : ea9e6e1a-3fcd-45c9-9b3f-0aaf5ed231b9
Internal identifier : 2023/14510
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contract includes regional lines (which also go to other municipalities/counties than the stated municipalities), town lines (Kongsvinger) and local lines (can also cross municipal borders). The municipalities included in the contract are; Kongsvinger, Grue, Åsnes, Våler, Eidskog, Sør-Odal and Nord-Odal Assignment are to be awarded with prices for the necessary number of vehicles in the maximum amount and a kilometre price for the distance driven on schedule according to the contracting authority ́s order. The competition will be held in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the regulations on procurement rules in the supply sector of 12 August 2016 no. 975 (utilities regulations). The procurement will be carried out as a two stage negotiations.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 34114400 Minibuses
Additional classification ( cpv ): 34121000 Buses and coaches
Additional classification ( cpv ): 34121100 Public-service buses
Additional classification ( cpv ): 34121400 Low-floor buses
Additional classification ( cpv ): 60112000 Public road transport services

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information : Innlandet fylke, Glåmdalen/Kongsvingerregionen

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften -

2.1.6 Grounds for exclusion

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)
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.
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?
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.
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 : Public transport services 2026 - Glåmdalen
Description : Inland traffic c/o Innlandet County shall enter into a new contract for public transport services (passenger transport) in Glåmdalen from June 2026. After the cancellation of this competition 20.12.2024 the competition will be re-announced. It has not yet been decided if it will start in June/July 2026 or 2027, but this will be clarified by the final tender deadline. Due to this, the dates/school years will have two alternatives where appropriate.
Internal identifier : 2023/14510

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 34114400 Minibuses
Additional classification ( cpv ): 34121000 Buses and coaches
Additional classification ( cpv ): 34121100 Public-service buses
Additional classification ( cpv ): 34121400 Low-floor buses
Additional classification ( cpv ): 60112000 Public road transport services

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information : Innlandet fylke, Glåmdalen/Kongsvingerregionen

5.1.3 Estimated duration

Start date : 11/06/2027
Duration end date : 23/06/2041

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

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

5.1.7 Strategic procurement

Approach to reducing environmental impacts : Pollution prevention and control
Green Procurement Criteria : National Green Public Procurement criteria
Social objective promoted : Human rights due diligence in global supply chains
Social objective promoted : Fair working conditions
Innovative objective : The procured works, supplies or services are novel or significantly improved compared to other works, supplies, or services already on the market.
The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Passenger road transport services

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Sufficient financial capacity
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. The contracting authority will obtain information itself from a credit rating company. See point 6.2 in the Procedure Rules. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Demand guarantee, insurance
Description : A demand guarantee and insurance will be provided by the financial institution(s) shall be provided. When applying for qualification, a commitment statement from a bank/financial institution shall be enclosed that a demand guarantee will be provided. See point 6.2.1 in the Procedure Rules. Minimum qualification requirements
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?
Use of this criterion : Not 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?
Use of this criterion : Not 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.
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 : 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 : The tenderer shall have experience with the execution of route production.
Description : Tenderers shall enclose up to three descriptions of comparable reference assignments carried out during the last three years. See point 6.3.a in the Procedure Rules. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Fulfilment of terms for permits
Description : Only those who fulfil the terms for carrying out scheduled passenger transport, stated in the regulations of 26 March 2003 no. 401 on professional transport domestic with motor vehicles and vessels, can participate in the competition. See point 6.3.b in the Procedure Rules. Minimum qualification requirements
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The following will be assessed when evaluating the price: • Offered prices • Additional price for any reservations/deviations. Price is in this context defined as the prices given in the Price form in the Procedure Rules. Use of other prices, instead of or in addition to, may lead to rejection of the tender offer.
Weight (percentage, exact) : 80
Criterion :
Type : Quality
Name : Quality - implementation
Description : The evaluation of the quality (implementation, vehicle) will assess fulfilment of the ought-requirements and any fulfilment of the minimum requirements for vehicles and the execution. The quality assessment is based on the tender offer in the reply form and the form of offered vehicles. Independent of a referral, there shall always be a short and clear description of the solution for each requirement in the reply form.
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Quality - vehicle
Description : The evaluation of the quality (implementation, vehicle) will assess fulfilment of the ought-requirements and any fulfilment of the minimum requirements for vehicles and the execution. The quality assessment is based on the tender offer in the reply form and the form of offered vehicles. Independent of a referral, there shall always be a short and clear description of the solution for each requirement in the reply form.
Weight (percentage, exact) : 10
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

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/250175062.aspx
Ad hoc communication channel :
Name : Kommunikasjon gjøres gjennom KAV (Mercell)

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
Tenderers may submit more than one tender : Allowed
Description of the financial guarantee : When applying for qualification, a commitment statement from a bank/financial institution shall be enclosed that a demand guarantee and insurance from a financial institution will be provided. The obligation declaration for the Demand Guarantee shall include acceptance of the elements in Annex 6 - Requirement for demand guarantee, insurance. The pledge of the demand guarantee and insurance shall be provided by a bank, financial, insurance institution or equivalent that has the approval of the Norwegian authorities to operate such activities in Norway, see Annex 6 - Requirement for Demand Guarantee and Insurance. The pledge/obligation declaration shall be valid up until the and including the abidance deadline. The final demand guarantee/insurance shall have validity up to and including six months after the execution in accordance with the Contract has expired. Demand guarantee for route areas: • For the route area Glåmdalen, the demand guarantee in the pledge declaration shall be equivalent to NOK 15,000,000 (fifteen million). The final demand guarantee/insurance shall be delivered in the correct format at the latest on the working day before the contract is signed. The final demand guarantee shall be equivalent to 10% of the annual sum calculated from the final tender sum.
Deadline for receipt of requests to participate : 26/03/2025 11:00 +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 : See procedure document
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See procedure document

5.1.15 Techniques

Framework agreement :
No framework agreement
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 : INNLANDET FYLKESKOMMUNE

8. Organisations

8.1 ORG-0001

Official name : INNLANDET FYLKESKOMMUNE
Registration number : 920717152
Postal address : Parkgata 64
Town : HAMAR
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Petter Mølmen
Telephone : 62 00 08 80
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Østre Innlandet tingrett
Registration number : 926 723 669
Postal address : Postboks 4450
Town : Hamar
Postcode : 2326
Country : Norway
Telephone : 62 78 27 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 39fd8bb5-2ab5-4afb-b7d8-9d2d5f1eb4c6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/02/2025 10:52 +00:00
Notice dispatch date (eSender) : 20/02/2025 11:42 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00118042-2025
OJ S issue number : 37/2025
Publication date : 21/02/2025