Replacement of floor laminate and seat covers for Bybanen AS

Bybanen AS wants to enter into an agreement for the upgrade of floor laminate and seat covers related to the Light Rail's vehicles. Bybanen AS wants to replace floor laminate on 28 of the older vehicles as well as replacement of seat covers on the passenger seats. The delivery will …

CPV: 19200000 Gewebe und zugehörige Artikel, 34631300 Sitze für Schienenfahrzeuge, 39110000 Sitze, Stühle sowie Zubehörprodukte und -teile, 39111000 Sitze, 39113000 Verschiedene Sitze und Stühle, 39560000 Diverse Textilwaren, 45432100 Bodenverlege- und Bodenbelagsarbeiten, 45432111 Verlegen von nicht massiven Bodenbelägen, 45432130 Bodenbelagsarbeiten, 50220000 Reparatur, Wartung und zugehörige Dienste in Verbindung mit Eisenbahnen und anderen Ausrüstungen
Frist:
11. August 2025 10:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Replacement of floor laminate and seat covers for Bybanen AS
Vergabestelle:
Bybanen AS
Vergabenummer:
BB/25/8

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 : Replacement of floor laminate and seat covers for Bybanen AS
Description : Bybanen AS wants to enter into an agreement for the upgrade of floor laminate and seat covers related to the Light Rail's vehicles. Bybanen AS wants to replace floor laminate on 28 of the older vehicles as well as replacement of seat covers on the passenger seats. The delivery will be carried out at Bybanen AS's depot and workshop, which is located at the head office at Kokstadflaten 59 in Bergen.
Procedure identifier : c9936c9c-b146-44fa-b761-2aea40a3feb8
Internal identifier : BB/25/8
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : This procurement is carried out in accordance with the Norwegian Law No. 73 on Public Procurement (LOA) of 17 June 2016 and Regulation No. 975 of 12 August 2016 on Procurement Rules in supply sectors (the Supply Regulations/FOF). These regulations are based on the EEA Directives of procurement procedures in the supplies sector. The procurement is carried out as an open tender in accordance with the Supply Regulations parts I and II. This procedure gives all interested suppliers the opportunity to submit tenders in the procurement.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50220000 Repair, maintenance and associated services related to railways and other equipment
Additional classification ( cpv ): 19200000 Textile fabrics and related items
Additional classification ( cpv ): 34631300 Rolling-stock seats
Additional classification ( cpv ): 39110000 Seats, chairs and related products, and associated parts
Additional classification ( cpv ): 39111000 Seats
Additional classification ( cpv ): 39113000 Miscellaneous seats and chairs
Additional classification ( cpv ): 39560000 Miscellaneous textile articles
Additional classification ( cpv ): 45432100 Floor laying and covering work
Additional classification ( cpv ): 45432111 Laying work of flexible floor coverings
Additional classification ( cpv ): 45432130 Floor-covering work

2.1.2 Place of performance

Postal address : Kokstadflaten 59
Town : Kokstad
Postcode : 5257
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : The delivery will be carried out at Bybanen AS's depot and workshop, which is located at the head office at Kokstadflaten 59 in Bergen. The depot and workshop includes washing facilities for the vehicles and premises for sanding and Wheel grinding and re-profiling machine and consists of 13,500 sqm, with space for more than 40 light rail vehicles.

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator. "
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
Child labour and including other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Early termination, damages, or other comparable sanctions : Has the economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract?
Breaching of obligations set under purely national exclusion grounds : Section 20-2 of the Supply Regulations are purely national grounds for rejection: - § 20-2 (2). This section states that the contracting authority must reject a supplier when it is aware that the supplier has accepted a penalty for one of the given criminal offences. The requirement that the contracting authority must reject suppliers that have accepted a penalty for the specified criminal offences is a special Norwegian requirement. - § 20-2 (3) letter i. The ground for rejection in the ESPD form only concern serious errors of professional conduct, while the Norwegian grounds for rejection also includes other serious errors that may lead to doubts about the supplier's professional integrity.
Breaching obligation relating to payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Breaching obligation relating to payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Replacement of floor laminate and seat covers for Bybanen AS
Description : Bybanen AS wants to enter into an agreement for the upgrade of floor laminate and seat covers related to the Light Rail's vehicles. Bybanen AS wants to replace floor laminate on 28 of the older vehicles as well as replacement of seat covers on the passenger seats. The delivery will be carried out at Bybanen AS's depot and workshop, which is located at the head office at Kokstadflaten 59 in Bergen.
Internal identifier : BB/25/8

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50220000 Repair, maintenance and associated services related to railways and other equipment
Additional classification ( cpv ): 19200000 Textile fabrics and related items
Additional classification ( cpv ): 34631300 Rolling-stock seats
Additional classification ( cpv ): 39110000 Seats, chairs and related products, and associated parts
Additional classification ( cpv ): 39111000 Seats
Additional classification ( cpv ): 39113000 Miscellaneous seats and chairs
Additional classification ( cpv ): 39560000 Miscellaneous textile articles
Additional classification ( cpv ): 45432100 Floor laying and covering work
Additional classification ( cpv ): 45432111 Laying work of flexible floor coverings
Additional classification ( cpv ): 45432130 Floor-covering work

5.1.2 Place of performance

Postal address : Kokstadflaten 59
Town : Kokstad
Postcode : 5257
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : The delivery will be carried out at Bybanen AS's depot and workshop, which is located at the head office at Kokstadflaten 59 in Bergen. The depot and workshop includes washing facilities for the vehicles and premises for sanding and Wheel grinding and re-profiling machine and consists of 13,500 sqm, with space for more than 40 light rail vehicles.

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 0

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

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Requirements on tax certificate DEMAND: The supplier shall fulfil obligations relating to the payment of taxes, VAT or similar payments under the laws of Norway or the relevant State in which the supplier is established. DOCUMENTATION: A tax certificate no older than six months calculated from the deadline for delivery of the tender. A tax certificate shall be understood as: For Norwegian suppliers: • Certificate for tax and VAT issued by the tax collector’s office. For foreign suppliers: Foreign suppliers must have corresponding certificates from their authorities documenting that they have complied with the rules and regulations relating to taxes, VAT, fees, duties etc. If the authorities do not issue applicable certificates, the suppliers shall submit a statement confirming that all such taxes have been paid. The statement shall be confirmed and signed by the supplier’s chief financial officer and auditor.
Criterion : Enrolment in a trade register
Description : Requirements on organisational and legal position DEMAND: The supplier shall be a legally established company. DOCUMENTATION: For Norwegian suppliers: • Company certificate of registration (Firmattest) For foreign suppliers: • Confirmation that the supplier is registered in a trade register or a register of business enterprise in ccordance with the legislation of the country in which the supplier is established.
Criterion : Other economic or financial requirements
Description : Requirements on economic and financial situation DEMAND: The supplier must have sufficient economic strength to be able to fulfil the contract. DOCUMENTATION: The supplier's annual accounts including notes with the director’s report and auditor's report from the year 2022, 2023 and 2024. If the annual accounts for the previous year have not been finalised by the expiry of the tender deadline for this request for tender, the preliminary annual accounts for the previous year shall be attached in addition. If there are objective reasons why a preliminary annual financial statement cannot be submitted, the supplier must document its financial standing in another appropriate manner. The contracting authority reserves the right to obtain a credit rating from Experian. Economic strength is assessed according to turnover, net profit ratio, return on investments and liquidity ratio. For Norwegian suppliers, the Contracting Authority obtains revised annual accounts from Brønnøysundregisteret. The Norwegian suppliers are therefore not required to submit revised annual accounts.
Criterion : Technicians or technical bodies to carry out the work
Description : Requirements on technical and professional qualifications DEMAND: The supplier shall have sufficient capability and capacity to perform and fulfil the contract. DOCUMENTATION: A short description of the rganisation shall be submitted, including: • Overview of the supplier's staff and capacity for works under the contract. • Description of how the supplier is organised for the fulfilment of this contract. • An overview of the planned use of subcontractors, including how much of the contract the supplier is considering outsourcing to subcontractors.
Criterion : References on specified works
Description : Requirements on technical and professional qualifications DEMAND: The supplier must have relevant experience. By “relevant experience” is meant assignments that include work with: - Replacement of floor laminate on rolling stock - Replacement of seat covers on rolling stock Replacement of floor laminate and seat covers must not have been carried out in the same project/delivery, provided that the supplier documents overall experience with both components. DOCUMENTATION: Description of up to 5 of the supplier's most relevant assignments from the last 5 years. Template in Part 1 Attachment 5 shall be used. As a minimum, the reference description must contain: • Name of the contracting authority. • A short description of the work performed under the relevant contract, including relevance related to the points listed on the left. • Time of performance of the contract • Scope of delivery in amounts/hours.
Criterion : Measures for ensuring quality
Description : Requirements on technical and professional qualifications: quality management system. DEMAND: The supplier must have a documented quality management system. DOCUMENTATION: A description of the supplier’s methods for quality assurance. If the supplier is certified in accordance with ISO 9001 or equivalent quality management system certifications, it is sufficient to submit a copy of a valid certificate.
Criterion : Environmental management measures
Description : Requirements on technical and professional qualifications: environmental management system. DEMAND: The supplier must have a documented environmental management system. DOCUMENTATION: A description of the supplier's environmental system. If the supplier is certified by a public certification body (EMAS, Eco-Lighthouse, ISO 14001, or another recognised environmental management system/standard), it is sufficient to submit a copy of a valid certificate.
Criterion : Certificates by quality control institutes
Description : Not applicable.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Not applicable.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Not applicable.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : AWARD CRITERIA: Price. DOCUMENTATION: Completed Price matrix (Part 2 Appendix 3 Attachment 1 Price Matrix). All prices shall be stated in Norwegian kroner (NOK) ex. VAT.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Quality
Description : AWARD CRITERIA: The contracting authority will make an overall assessment of the quality of the solution, based on the following criteria: A) Plan for implementation The contracting authority will make an overall assessment of how the supplier plans to carry out the assignment, including time consumption per vehicle and key milestones. The assessment will focus in particular on the supplier's ability to ensure an efficient, robust and quality-assured delivery, including how systems, routines and documentation are used to support the collaboration with the contracting authority and safeguard specific requirements in the assignment. It is pointed out that the evaluation will focus on quality, efficiency and progress in connection with work per vehicle, not the fleet as a whole. B) Key personnel An overall assessment will be made of the relevant competence and experience of the key personnel offered, including the following categories: · Contract Manager · On-site project manager Particular emphasis will be placed on relevant project experience. DOCUMENTATION: A) The supplier must submit a completed Appendix 2, which must provide a description of how the assignment is to be carried out, including, but not limited to, how the supplier organizes and plans the assignments to ensure efficient implementation and good quality of the deliveries. The supplier's management of risk prior to and during the execution of assignments. The description of point A must not exceed a maximum of 2 A4 pages, using the font Times New Roman font size 12. Any text beyond the 2-page limit will not be subject to evaluation. B) The supplier must submit a completed CV template for the key personnel in Appendix 2 - The supplier's solution description.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
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 : English
Deadline for requesting additional information : 23/07/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=60803

5.1.12 Terms of procurement

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 tenders : 11/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 91 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 : In accordance with procurement regulations.
Information about public opening :
Opening date : 11/08/2025 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 : See procurement documents.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See Part 2 Appendix 3.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett -
Information about review deadlines : In accordance with Norwegian law.
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 subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Lina Halling
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 : 926723367
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
Notice information
Notice identifier/version : c4efec92-8d8a-4a67-83a7-24a8ccafaf0d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/06/2025 09:37 +00:00
Notice dispatch date (eSender) : 06/06/2025 09:37 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00372512-2025
OJ S issue number : 109/2025
Publication date : 10/06/2025