Framework agreement for coach services for buses for trains.

Framework agreement for coach services for buses for trains. Rules for the implementation of the qualification and tender phase. Qualification documentation for prequalification - Questions asked in the structure document.

CPV: 50111110 Vehicle-fleet-support services, 50220000 Repair, maintenance and associated services related to railways and other equipment, 60000000 Transport services (excl. Waste transport), 63000000 Supporting and auxiliary transport services; travel agencies services, 63516000 Travel management services, 63710000 Support services for land transport, 63711000 Support services for railway transport
Place of execution:
Framework agreement for coach services for buses for trains.
Awarding body:
Bane NOR SF
Award number:
202416124

1. Buyer

1.1 Buyer

Official name : Bane NOR SF
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : Framework agreement for coach services for buses for trains.
Description : Framework agreement for coach services for buses for trains.
Procedure identifier : 265e4a9c-0039-4485-b940-1136ffea1402
Internal identifier : 202416124
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 :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 50111110 Vehicle-fleet-support services
Additional classification ( cpv ): 50220000 Repair, maintenance and associated services related to railways and other equipment
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63516000 Travel management services
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63711000 Support services for railway transport

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : See the tender documentation

2.1.3 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone
Maximum value of the framework agreement : 40 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.5 Terms of procurement

Terms of submission :
The tenderer must submit tenders for all lots

5. Lot

5.1 Lot technical ID : LOT-0001

Title : B2 Competition Rules
Description : Rules for the implementation of the qualification and tender phase.
Internal identifier : 202416124

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63516000 Travel management services
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63711000 Support services for railway transport

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/04/2025
Duration end date : 01/04/2027

5.1.4 Renewal

Maximum renewals : 3
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone
Maximum value of the framework agreement : 40 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers (possibly with the support of other companies) shall have sufficient economic and financial capacity to fulfil the contract work.
Description : Annual Financial Statements for the last financial year including notes, the Board's Annual Report and Audit Report, as well as any new information of relevance to the company's fiscal numbers. Extended report from a publicly certified credit rating company containing a credit rating of the tenderer - typically indicated by an alphabetic character or brief text, as well as an explanation of these.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tenderers shall have their tax and VAT payments in order.
Description : Norwegian tenderers: Tax and VAT certificate. Any arrears and other irregularities must be justified. Foreign tenderers: Foreign tenderers must submit equivalent confirmation that government taxes and fees have been paid in the country where the tenderer has its registered place of business. The tax certificate must not be older than six months calculated from the deadline for submitting a request for participation in the competition or a tender.
Use of this criterion : Used
Criterion :
Type : Other
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a documented and implemented internal control system that also includes safety. (The requirement must be fulfilled by the Tenderer himself. The tenderer cannot rely on other companies to fulfil the requirement. All participants in a working partnership must fulfil the requirement.)
Description : Copy of valid OHSAS 18001 or ISO 45001 certificate issued by an accredited third party. Alternatively, an account can be submitted (should not exceed 5 A4 pages) of the tenderer ́s internal control system, which shows how the safety of persons, materials and surrounding infrastructure is safeguarded in an equivalent way, including a description of how registered events are followed up.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a documented and implemented quality management system in accordance with NS-EN ISO 9001:2015 or equivalent.
Description : Copy of valid NS-EN ISO 9001:2015 certificate or certificate for an equivalent quality management system issued by an accredited quality control institution. Alternatively, an account can be submitted (should not exceed 5 A-4 pages) that documents compliance with equivalent requirements, with a general description of the content in the quality management system.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=43803

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
Deadline for receipt of requests to participate : 04/03/2025 11:00 +00:00
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 : nobody
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : Tenderers must have the capacity to fulfil the contract.

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 : Oslo tingrett
Review organisation : Oslo tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Oslo 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 : Oslo tingrett
Organisation providing additional information about the procurement procedure : Bane NOR SF
Organisation providing more information on the review procedures : Bane NOR SF

5.1 Lot technical ID : LOT-0002

Title : Qualification Requirements
Description : Qualification documentation for prequalification - Questions asked in the structure document.
Internal identifier : 202416124

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63516000 Travel management services
Additional classification ( cpv ): 63711000 Support services for railway transport

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 02/04/2025
Duration end date : 02/04/2027

5.1.4 Renewal

Maximum renewals : 3
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers (possibly with the support of other companies) shall have sufficient economic and financial capacity to fulfil the contract work.
Description : Annual Financial Statements for the last financial year including notes, the Board's Annual Report and Audit Report, as well as any new information of relevance to the company's fiscal numbers. Extended report from a publicly certified credit rating company containing a credit rating of the tenderer - typically indicated by an alphabetic character or brief text, as well as an explanation of these.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tenderers shall have their tax and VAT payments in order.
Description : Norwegian tenderers: Tax and VAT certificate. Any arrears and other irregularities must be justified. Foreign tenderers: Foreign tenderers must submit equivalent confirmation that government taxes and fees have been paid in the country where the tenderer has its registered place of business. The tax certificate must not be older than six months calculated from the deadline for submitting a request for participation in the competition or a tender.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a documented and implemented quality management system in accordance with NS-EN ISO 9001:2015 or equivalent.
Description : Copy of valid NS-EN ISO 9001:2015 certificate or certificate for an equivalent quality management system issued by an accredited quality control institution. Alternatively, an account can be submitted (should not exceed 5 A-4 pages) that documents compliance with equivalent requirements, with a general description of the content in the quality management system.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a documented and implemented internal control system that also includes safety. (The requirement must be fulfilled by the Tenderer himself. The tenderer cannot rely on other companies to fulfil the requirement. All participants in a working partnership must fulfil the requirement.)
Description : Copy of valid OHSAS 18001 or ISO 45001 certificate issued by an accredited third party. Alternatively, an account can be submitted (should not exceed 5 A4 pages) of the tenderer ́s internal control system, which shows how the safety of persons, materials and surrounding infrastructure is safeguarded in an equivalent way, including a description of how registered events are followed up.
Use of this criterion : Used

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=43803

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
Deadline for receipt of requests to participate : 04/03/2025 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 : no
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : no

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 : Oslo tingrett
Review organisation : Oslo tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Oslo 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 : Oslo tingrett
Organisation providing additional information about the procurement procedure : Bane NOR SF
Organisation providing more information on the review procedures : Bane NOR SF

8. Organisations

8.1 ORG-0001

Official name : Bane NOR SF
Registration number : 917082308
Department : 13730 Konserntjenester
Postal address : Postboks 4350
Town : HAMAR
Postcode : 2308
Country : Norway
Contact point : Vinh Phung
Telephone : +47 22 45 50 00
Internet address : https://www.banenor.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 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 : 0db34cea-e720-4481-acc2-0c2b99146bd6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/01/2025 11:30 +00:00
Notice dispatch date (eSender) : 27/01/2025 11:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00059290-2025
OJ S issue number : 19/2025
Publication date : 28/01/2025