Transport services passenger car/minibus - Framework agreement Vestfold 2025-2027

Vestfold county invites tenderers to an open tender contest for framework agreements for transport services by passenger car and minibus in Vestfold for transport of school pupils. The tender competition is open for all transporters who fulfil fixed requirements in the tender documentation, such as taxi centrals, residence licence holders …

CPV: 60000000 Usługi transportowe (z wyłączeniem transportu odpadów), 60112000 Usługi w zakresie publicznego transportu drogowego, 60120000 Usługi taxi, 60140000 Nieregularny transport osób
Termin:
29 kwietnia 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Transport services passenger car/minibus - Framework agreement Vestfold 2025-2027
Miejsce udzielenia zamówienia:
Vestfold fylkeskommune
Numer nagrody:
25/06656

1. Buyer

1.1 Buyer

Official name : Vestfold fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Transport services passenger car/minibus - Framework agreement Vestfold 2025-2027
Description : Vestfold county invites tenderers to an open tender contest for framework agreements for transport services by passenger car and minibus in Vestfold for transport of school pupils. The tender competition is open for all transporters who fulfil fixed requirements in the tender documentation, such as taxi centrals, residence licence holders and tour vehicle licence holders. Transport services through the use of the framework agreements shall, together with contracts for the use of regular scheduled buses, school buses and hired minibuses on all-day hire, take care of the Contracting Authority's needs in connection with statutory school transport and school transport that the Contracting Authority always organises on orders from relevant municipalities. The pupils shall be collected and delivered at home, at school, driven to/from stops or set collection places. The transports will mainly be carried out in and out of 6 relevant contract areas/municipalities, with some transport assignments to/from schools outside the contract areas/Vestfold. See the tender documentation for more information.
Procedure identifier : 7df3dec8-e23d-4b4b-bf0e-81572aa95184
Internal identifier : 25/06656
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : See the tender documentation.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60120000 Taxi services
Additional classification ( cpv ): 60140000 Non-scheduled passenger transport

2.1.2 Place of performance

Anywhere
Additional information : Vestfold County. See the tender documentation.

2.1.3 Value

Estimated value excluding VAT : 116 000 000 Norwegian krone
Maximum value of the framework agreement : 116 000 000 Norwegian krone

2.1.4 General information

Additional information : See the tender documentation.
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 : Transport services passenger car/minibus - Framework agreement Vestfold 2025-2027
Description : Vestfold county invites tenderers to an open tender contest for framework agreements for transport services by passenger car and minibus in Vestfold for transport of school pupils. The tender competition is open for all transporters who fulfil fixed requirements in the tender documentation, such as taxi centrals, residence licence holders and tour vehicle licence holders. Transport services through the use of the framework agreements shall, together with contracts for the use of regular scheduled buses, school buses and hired minibuses on all-day hire, take care of the Contracting Authority's needs in connection with statutory school transport and school transport that the Contracting Authority always organises on orders from relevant municipalities. The pupils shall be collected and delivered at home, at school, driven to/from stops or set collection places. The transports will mainly be carried out in and out of 6 relevant contract areas/municipalities, with some transport assignments to/from schools outside the contract areas/Vestfold. See the tender documentation for more information.
Internal identifier : 25/06656

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60120000 Taxi services
Additional classification ( cpv ): 60140000 Non-scheduled passenger transport
Options :
Description of the options : No options

5.1.2 Place of performance

Anywhere
Additional information : Vestfold County. See the tender documentation.

5.1.3 Estimated duration

Start date : 16/05/2025
Duration end date : 30/06/2027

5.1.5 Value

Estimated value excluding VAT : 116 000 000 Norwegian krone
Maximum value of the framework agreement : 116 000 000 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) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs)
Additional information : See the tender documentation.

5.1.7 Strategic procurement

Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria
Social objective promoted : Fair working conditions
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
Use of this criterion : Not 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 : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate to each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : See the tender documentation.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration
Description : See the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation.
Weight (percentage, exact) : 100
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 : 21/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=52185

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 29/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 90 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : See the tender documentation.
Information about public opening :
Opening date : 29/04/2025 10:01 +00:00
Place : Tønsberg
Additional information : See the tender documentation.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Conditions relating to the performance of the contract : See the tender documentation.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : See the tender documentation.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the tender documentation.
Information about review deadlines : See the tender documentation.

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

Mediation organisation : Vestfold tingrett
Review organisation : Vestfold tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Vestfold tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Vestfold tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Vestfold tingrett
Organisation providing additional information about the procurement procedure : Vestfold fylkeskommune
Organisation providing offline access to the procurement documents : Vestfold fylkeskommune
Organisation providing more information on the review procedures : Vestfold fylkeskommune
Organisation receiving requests to participate : Vestfold fylkeskommune
Organisation processing tenders : Vestfold fylkeskommune

8. Organisations

8.1 ORG-0001

Official name : Vestfold fylkeskommune
Registration number : 929882385
Department : Team mobilitet
Postal address : Svend Foyns gate 9
Town : TØNSBERG
Postcode : 3126
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Contact point : Øyvind Hanssen
Telephone : +4799286304
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Vestfold tingrett
Registration number : 926 723 618
Postal address : Postboks 2013
Town : Tønsberg
Postcode : 3103
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Telephone : 33 20 67 00
Roles of this organisation :
Review organisation
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

11. Notice information

11.1 Notice information

Notice identifier/version : 0c461ec5-7ff0-4821-96bc-e8c25592f99b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/03/2025 15:37 +00:00
Notice dispatch date (eSender) : 21/03/2025 15:47 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00190763-2025
OJ S issue number : 59/2025
Publication date : 25/03/2025