Framework agreement for contractor services for Bybanen AS

Bybanen AS would like to enter into a framework agreement with 1 construction machinery contractor for contractor services with crew, site management as well as machinery, means of transport and equipment for work that shall be carried out at sites connected to bybanen and trolley bus. The estimated value of …

CPV: 45000000 Trabajos de construcción, 45200000 Trabajos generales de construcción de inmuebles y obras de ingeniería civil, 45220000 Obras de ingeniería y trabajos de construcción, 45223000 Trabajos de construcción de estructuras, 45233000 Trabajos de construcción, cimentación y pavimentación de autopistas y carreteras, 45233100 Trabajos de construcción de autopistas y carreteras, 45234120 Obras en vías férreas urbanas, 45234128 Trabajos de construcción de plataformas de tranvías
Lugar de ejecución:
Framework agreement for contractor services for Bybanen AS
Organismo adjudicador:
Bybanen AS
Número de premio:
BB/25/6

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Framework agreement for contractor services for Bybanen AS
Description : Bybanen AS would like to enter into a framework agreement with 1 construction machinery contractor for contractor services with crew, site management as well as machinery, means of transport and equipment for work that shall be carried out at sites connected to bybanen and trolley bus. The estimated value of the contract is NOK 100 million including option years, with a maximum limit of NOK 120 million. The contract will be valid for 2 years, with an option for a further 2+2+2 years. The procurement will be carried out as a restricted tender contest in accordance with the Utilities Regulation parts I and II.
Procedure identifier : c4bfed33-e713-4543-b33a-7d2ec8c1a29d
Previous notice : 101272-2025
Internal identifier : BB/25/6
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out as a restricted tender contest in accordance with PPR parts I and II. This procedure gives all interested suppliers the possibility to submit a request for participation in the competition. Only tenderers who are then invited by the contracting authority can submit a tender.

2.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 45223000 Structures construction work
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45234120 Urban railway works
Additional classification ( cpv ): 45234128 Tramway platforms construction work

2.1.2 Place of performance

Postal address : Kokstadflaten 57
Town : Kokstad
Postcode : 5257
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : The work shall be carried out on installations connected to the light rail and trolley bus.

2.1.3 Value

Estimated value excluding VAT : 120 000 000 Norwegian krone
Maximum value of the framework agreement : 120 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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?
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?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 : Is the tenderer 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 : Has the tenderer's business conduct been stopped?
Payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for contractor services for Bybanen AS
Description : Bybanen AS would like to enter into a framework agreement with 1 construction machinery contractor for contractor services with crew, site management as well as machinery, means of transport and equipment for work that shall be carried out at sites connected to bybanen and trolley bus. The estimated value of the contract is NOK 100 million including option years, with a maximum limit of NOK 120 million. The contract will be valid for 2 years, with an option for a further 2+2+2 years. The procurement will be carried out as a restricted tender contest in accordance with the Utilities Regulation parts I and II.
Internal identifier : BB/25/6

5.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45220000 Engineering works and construction works
Additional classification ( cpv ): 45223000 Structures construction work
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45234120 Urban railway works
Additional classification ( cpv ): 45234128 Tramway platforms construction work
Options :
Description of the options : The contracting authority has a unilateral right to demand that the contract period is extended for 2+2+2 years beyond the 2 year contract period. The contract ́s terms and prices apply for the option years. The contracting authority shall give the tenderer written notification of such extension at the latest two months before the date of the contract expires and any expiry of each option year.

5.1.2 Place of performance

Postal address : Kokstadflaten 57
Town : Kokstad
Postcode : 5257
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : The work shall be carried out on installations connected to the light rail and trolley bus.

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 3
The buyer reserves the right for additional purchases from the contractor, as described here : 2 years + 2 years + 2 years.

5.1.5 Value

Estimated value excluding VAT : 120 000 000 Norwegian krone
Maximum value of the framework agreement : 120 000 000 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 : Economic and financial position requirements
Description : Requirement: The tenderer shall have sufficient financial strength to be able to fulfil the contract. Documentation requirement: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from 2022, 2023 and 2024. If the Annual Financial Statements for the last year are not finished before the tender deadline for this contest expires, the last year's preliminary annual accounts should also be attached. If there are reasons that cannot be enclosed with the provisional annual accounts, the tenderer shall document financially otherwise appropriate manner.
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, this is to be stated for each:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Requirement for tax certificate
Description : Requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax certificate not older than six months calculated from the deadline for submitting a request for participation.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Organisational and legal position requirements
Description : Requirement: The tenderer shall be a legally established company. Documentation requirement: Company Registration Certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements for technical and professional qualifications: Implementation ability and capacity.
Description : Requirement: The tenderer shall have sufficient implementation ability and the capacity to be able to fulfil the contract. Documentation requirement: A description shall be given of the company, including: • Overview of the tenderer's manpower and capacity for assignments under the framework agreement. • Description of how the tenderer is organised for the execution of this contract • Overview of the planned use of sub-suppliers, including how much of the contract the tenderer is considering putting away to sub-suppliers.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Order of importance : 2
Criterion :
Type : Technical and professional ability
Name : Requirement for technical and professional qualifications: Reference descriptions.
Description : KRav: Tenderers shall have relevant experience from the last 5 years. Relevant experience means assignments that include work with: - Concrete constructions - Replacement of concrete foundations - Ground work in connection with cable conveyance and excavation work - Asphalt work - Stone installation, masonry, cleaning and/or tiling work - Work notification Documentation requirements: Description of up to 5 of the tenderer's most relevant assignments from the last five years, template in Part 1 Annex 6 shall be used. The overview shall as a minimum contain: • A short description of the delivery, including relevance to the points listed on the left. • Date of execution. • Scope of delivery in amount.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Order of importance : 1
Criterion :
Type : Technical and professional ability
Name : Requirement for technical and professional qualifications: Quality management system.
Description : Requirement: Tenderers shall have a documented quality management system. Dokumentajsonskrav: A description of the tenderer ́s quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements for technical and professional qualifications: Environmental management system
Description : Requirement: Tenderers shall have a documented environmental management system. Documentation requirement: A description of the tenderer's environment system. If a tenderer is certified by a public certification body (EMAS, Miljøfyrtårn, ISO 14001, or another certified environmental management system/standard), it is sufficient to enclose a copy of a valid certificate.
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 : 4
Maximum number of candidates to be invited for the second stage of the procedure : 6

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price will be evaluated based on the sum of prices stated in the price list.
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Quality
Description : The Client will conduct a comprehensive assessment based on the following criteria: A) Response time, availability, and prioritization: In the evaluation, the Client will consider how the supplier ensures availability, including communication regarding assignments, how assignments are prioritized under the framework agreement, and response time for both planned and urgent assignments. B) Understanding of the assignment: The Client will make an overall assessment of how the supplier plans to execute the assignment. The evaluation will particularly focus on the supplier's ability to ensure an efficient, robust, and quality-assured delivery, including how systems, routines, and documentation are used to support collaboration with the Client and meet specific requirements for the assignment. C) Key personnel: A comprehensive assessment will be made of the relevant competence and experience of the proposed key personnel, including one individual for each of the following categories: • Site Manager • Landscape Gardener • Skilled Worker in Concrete Construction • Skilled Worker in Road and Construction
Weight (percentage, exact) : 40
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
Deadline for requesting additional information : 21/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=53184

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 16/05/2025
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 requests to participate : 05/05/2025 10:00 +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 the contract terms.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the contract terms.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett
Organisation providing additional information about the procurement procedure : Bybanen AS
Organisation receiving requests to participate : Bybanen AS
Organisation processing tenders : Bybanen AS

8. Organisations

8.1 ORG-0001

Official name : Bybanen AS
Registration number : 977511402
Department : Innkjøp
Postal address : Kokstadflaten 59
Town : KOKSTAD
Postcode : 5257
Country : Norway
Contact point : Christine Marie Barstad
Telephone : +47 552 39 000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926 723 367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : f648b03d-451d-446d-b159-dc0dac48fbc3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/03/2025 21:29 +00:00
Notice dispatch date (eSender) : 31/03/2025 21:29 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00210319-2025
OJ S issue number : 65/2025
Publication date : 02/04/2025