Framework agreement for technical advisory services, modifications repairs and overhaul

NT intends to procure parallel framework agreements with 56 subcontracts, with up to 4 suppliers for each subcontract. The tenderers must refer to ID numbers and use the same term to describe the respective services in all documents. The tenderers are free to choose whether they wish to provide tenders …

CPV: 34630000 Partes de locomotoras de ferrocarril o tranvía o material móvil; equipo de control del tráfico de ferrocarriles, 34631000 Partes de locomotoras o material móvil, 34631400 Ejes de ruedas y neumáticos, y otras partes de locomotoras o de material móvil, 50224000 Servicios de reacondicionamiento de material móvil, 50222000 Servicios de reparación y mantenimiento de material móvil, 50224100 Servicios de reacondicionamiento de asientos de material móvil, 50229000 Demolición de material móvil, 71318000 Servicios de asesoramiento y consultoría en ingeniería
Lugar de ejecución:
Framework agreement for technical advisory services, modifications repairs and overhaul
Organismo adjudicador:
Norske tog AS
Número de premio:
23_00014

1. Buyer

1.1 Buyer

Official name : Norske tog AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for technical advisory services, modifications repairs and overhaul
Description : NT intends to procure parallel framework agreements with 56 subcontracts, with up to 4 suppliers for each subcontract. The tenderers must refer to ID numbers and use the same term to describe the respective services in all documents. The tenderers are free to choose whether they wish to provide tenders that cover one area of expertise - or several areas. The framework agreements will be awarded based on the evaluation of tenders for each individual subcontract. Call-off mechanisms are described in Appendix D Administrative provisions
Procedure identifier : 125e30e6-d574-451a-8828-1eed96fb6089
Internal identifier : 23_00014
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Main features of the procedure : The procurement process will follow Anskaffelsesloven and Forsyningsforskriften. The process is regulated by Forsyningsforskriften part I and II. The contract notice is published in the databases TED (ted.europa.eu) and DOFFIN ( www.doffin.no). The process is carried out as a negotiated, two-step procedure. However, NT reserves the right to award the contract without conducting negotiations. Any negotiations will be carried out in accordance with the guidelines in Forsyningsforskriften § 19-7(2) as well as § 19-11. The negotiations will be in writing and might take place in various phases. NT reserves the right to reduce the number of Tenders to be negotiated, in accordance with Forsyningsforskriften § 19-12. A first reduction can be done prior to the negotiations. The reduction will be based on the Award Criteria, see section 16. in the Instruction to tenderer.

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Main classification ( cpv ): 50222000 Repair and maintenance services of rolling stock
Additional classification ( cpv ): 34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
Additional classification ( cpv ): 34631000 Parts of locomotives or rolling stock
Additional classification ( cpv ): 34631400 Wheel axles and tyres and other parts of locomotives or rolling stock
Additional classification ( cpv ): 50224000 Reconditioning services of rolling stock
Additional classification ( cpv ): 50224100 Reconditioning services of rolling stock seats
Additional classification ( cpv ): 50229000 Demolition of rolling stock
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services

2.1.2 Place of performance

Postal address : Drammensveien 35
Town : Oslo
Postcode : 0271
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : Norske tog's office address.

2.1.3 Value

Estimated value excluding VAT : 1 000 000 000 Norwegian krone
Maximum value of the framework agreement : 1 000 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : See ESPD form.
Bankruptcy : See ESPD form.
Corruption : See ESPD form.
Arrangement with creditors : See ESPD form.
Participation in a criminal organisation : See ESPD form.
Agreements with other economic operators aimed at distorting competition : See ESPD form.
Breaching of obligations in the fields of environmental law : See ESPD form.
Money laundering or terrorist financing : See ESPD form.
Fraud : See ESPD form.
Child labour and other forms of trafficking in human beings : See ESPD form.
Insolvency : See ESPD form.
Breaching of obligations in the fields of labour law : See ESPD form.
Assets being administered by liquidator : See ESPD form.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : See ESPD form.
Conflict of interest due to its participation in the procurement procedure : See ESPD form.
Direct or indirect involvement in the preparation of this procurement procedure : See ESPD form.
Guilty of grave professional misconduct : See ESPD form.
Early termination, damages or other comparable sanctions : See ESPD form.
Breaching of obligations in the fields of social law : See ESPD form.
Payment of social security contributions : See ESPD form.
Business activities are suspended : See ESPD form.
Payment of taxes : See ESPD form.
Terrorist offences or offences linked to terrorist activities : See ESPD form.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for technical advisory services, modifications repairs and overhaul
Description : NT intends to procure parallel framework agreements with 56 subcontracts, with up to 4 suppliers for each subcontract. The tenderers must refer to ID numbers and use the same term to describe the respective services in all documents. The tenderers are free to choose whether they wish to provide tenders that cover one area of expertise - or several areas. The framework agreements will be awarded based on the evaluation of tenders for each individual subcontract. Call-off mechanisms are described in Appendix D Administrative provisions
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Main classification ( cpv ): 50222000 Repair and maintenance services of rolling stock
Additional classification ( cpv ): 34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
Additional classification ( cpv ): 34631000 Parts of locomotives or rolling stock
Additional classification ( cpv ): 34631400 Wheel axles and tyres and other parts of locomotives or rolling stock
Additional classification ( cpv ): 50224000 Reconditioning services of rolling stock
Additional classification ( cpv ): 50224100 Reconditioning services of rolling stock seats
Additional classification ( cpv ): 50229000 Demolition of rolling stock
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Options :
Description of the options : Norske tog can extend the contract a further 1 + 1 year.

5.1.2 Place of performance

Postal address : Drammensveien 35
Town : Oslo
Postcode : 0271
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : Norske tog's office address.

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 1 000 000 000 Norwegian krone
Maximum value of the framework agreement : 1 000 000 000 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)

5.1.7 Strategic procurement

Approach to reducing environmental impacts : Other
Green Procurement Criteria : No Green Public Procurement criteria
Social objective promoted : Other

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The Candidate's economic and financial capacity
Description : Based on the assessment of qualification requirement no. 03, as described in section 10.4 in the ITT.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : The Candidate's relevant experience from similar deliveries.
Description : Based on the assessment of qualification requirement no. 05, as described in section 10.5. NT will in particular assess: • Technical relevance and size and/or complexity of the Reference Projects
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 : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Cost
Description : Complete Exhibit B – Appendix B1. For the evaluation the rates will be weighted as: - Junior 20% - Consultant 40% - Senior 40%
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Competence and experience
Description : - Complete Exhibit A and response in Exhibit F. The description shall not exceed 5 A4 pages. - The tenderer shall in Exhibit F Appendix 1 submit CV’s for three resources that will be available for Norske tog. The CV’s must as a minimum describe the resource’s formal competence, work experience and list and description of relevant projects and the resource’s role in these projects. - The tenderer shall in Exhibit F Appendix 2 submit three reference projects for each of the resources. The reference project should include description of: o The scope and solution, including time and cost. o The resource’s role and responsibilities in the project.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Methodology
Description : The tenderer shall in Exhibit H describe its methodology for solving tasks/projects under the contract. The description shall not exceed 3 A4 pages.
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 (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 11/10/2024
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of expressions of interest : 27/09/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 4
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

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

8. Organisations

8.1 ORG-0001

Official name : Norske tog AS
Registration number : 917445060
Postal address : Postboks 1547 Vika
Town : Oslo
Postcode : 0117
Country : Norway
Contact point : Martin Hagen
Telephone : +47 41262664
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 : Norske tog AS
Registration number : 917 445 060
Postal address : Drammensveien 35
Town : Oslo
Postcode : 0271
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
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 : 27b4573e-71b8-4b9e-bdc9-47972cd95887 - 01
Form type : Competition
Notice type : Prior information notice or a periodic indicative notice used as a call for competition – standard regime
Notice dispatch date : 26/08/2024 19:40 +00:00
Notice dispatch date (eSender) : 27/08/2024 10:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00515871-2024
OJ S issue number : 167/2024
Publication date : 28/08/2024