Framework agreement - Operation and maintenance services - signal/telecommunication

The contract covers error correction as well as onset of alteration and maintenance work on the infrastructure that Bybanen AS is responsible for, both infrastructure for the light rail and trolley bus, within the disciplines signal, tele, IT, electro. For assignments under the framework agreement it can be important with …

CPV: 50000000 Servicios de reparación y mantenimiento, 50300000 Servicios de reparación, mantenimiento y servicios asociados relacionados con ordenadores personales, equipo de oficina, telecomunicaciones y equipo audiovisual, 50800000 Servicios varios de reparación y mantenimiento, 64200000 Servicios de telecomunicaciones
Plazo:
16 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement - Operation and maintenance services - signal/telecommunication
Organismo adjudicador:
Bybanen AS
Número de premio:
BB/24/5

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 - Operation and maintenance services - signal/telecommunication
Description : The contract covers error correction as well as onset of alteration and maintenance work on the infrastructure that Bybanen AS is responsible for, both infrastructure for the light rail and trolley bus, within the disciplines signal, tele, IT, electro. For assignments under the framework agreement it can be important with a quick response time. Tenderers must therefore have local affiliation in the Bergen area.
Procedure identifier : 45b20472-0c65-4480-94e1-ba43dd557649
Internal identifier : BB/24/5
Type of procedure : Open
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 ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 64200000 Telecommunications services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : In/by the light rail lines and the trolley bus line in Bergen.

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 - Operation and maintenance services - signal/telecommunication
Description : The contract covers error correction as well as onset of alteration and maintenance work on the infrastructure that Bybanen AS is responsible for, both infrastructure for the light rail and trolley bus, within the disciplines signal, tele, IT, electro. For assignments under the framework agreement it can be important with a quick response time. Tenderers must therefore have local affiliation in the Bergen area.
Internal identifier : BB/24/5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 64200000 Telecommunications services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : In/by the light rail lines and the trolley bus line in Bergen.

5.1.3 Estimated duration

Start date : 01/01/2025
Duration end date : 31/12/2026

5.1.4 Renewal

Maximum renewals : 3
The buyer reserves the right for additional purchases from the contractor, as described here : The contracting authority has an option to extend the contract for 2+2+1 years.

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 : The tenderer shall have sufficient financial strength to be able to carry out the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Description : Documentation: A credit rating based on the most recent financial figures, not older than 6 months. The rating shall be carried out by a credit rating company with licence to conduct this service.
Use of this criterion : Used
Criterion :
Type : Other
Name : Fulfils all the stated qualification requirements.
Description : The tenderer fulfils the stated qualification requirements.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall have their tax, payroll tax and VAT payments in order.
Description : Documentation: Tax and VAT certificate issued by the tax office via Altinn.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer shall be a legally established company.
Description : Documentation: Company Registration Certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have sufficient implementation ability and the capacity to be able to fulfil the contract.
Description : Documentation: A description shall be given of the company, including: - Overview of the tenderer's total manpower and an account of available personnel. - Description of how the tenderer is organised for the implementation of this Contract
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a quality assurance system suitable for the delivery ́s complexity and risk. The main supplier cannot rely on other suppliers to fulfil this requirement.
Description : Documentation: A concise description shall be given of the overall quality assurance system that the tenderer will use for carrying out this contract. If the tenderer is certified in accordance with ISO 9001, it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have sufficient competence and experience with mission critical and safety critical equipment related to the contract. See the tender documentation for more information.
Description : Documentation: See the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers must have relevant measures within environmental management. The main supplier cannot rely on other suppliers to fulfil this requirement.
Description : Description of environmental management measures. If the tenderer is certified in accordance with Miljøfyrtårn, EMAS, ISO14001 it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 30/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=29622

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
Deadline for receipt of tenders : 16/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 75 Day
Information about public opening :
Opening date : 16/10/2024 10:01 +00:00
Place : Bergen
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 : The contract covers error correction as well as onerous alteration and maintenance work on. infrastructure that Bybanen AS is responsible for, both infrastructure for the light rail and trolley bus, within the disciplines signal, tele, IT, electro. See further information in the tender documentation.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See Annex 3.

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

Review organisation : Hordaland tingrett
Organisation providing additional information about the procurement procedure : 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 : Inger-Lise O.H.Sæle
Telephone : +47 552 39 000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

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 : 3c88c787-397e-4c41-9f58-9105bb83a609 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/09/2024 08:19 +00:00
Notice dispatch date (eSender) : 05/09/2024 08:26 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00535956-2024
OJ S issue number : 174/2024
Publication date : 06/09/2024