Foliation of wagons for Bybanen AS

In connection with the mid-life upgrading of vehicles, Bybanen AS wants to foliate all 34 Variobahn trolleys externally. The aim of the upgrade is to ensure more visual similarity between the light rail cars, regardless of the carriage ́s age, as well as to prevent wear of use and increase …

CPV: 50800000 Miscellaneous repair and maintenance services, 22000000 Printed matter and related products, 22460000 Trade-advertising material, commercial catalogues and manuals, 22462000 Advertising material, 24931000 Photographic plates and films, 34000000 Transport equipment and auxiliary products to transportation, 34928470 Signage, 34946120 Railway materials, 39174000 Shop signs, 42962000 Printing and graphics equipment, 44100000 Construction materials and associated items, 44113810 Surface dressing, 44174000 Foil, 44400000 Miscellaneous fabricated products and related items, 44423400 Signs and related items, 45233200 Various surface works, 50000000 Repair and maintenance services, 79822500 Graphic design services
áit fhorghníomhaithe:
Foliation of wagons for Bybanen AS
clárlann:
Bybanen AS
uimhir dámhachtana:
BB/25/10

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 : Foliation of wagons for Bybanen AS
Description : In connection with the mid-life upgrading of vehicles, Bybanen AS wants to foliate all 34 Variobahn trolleys externally. The aim of the upgrade is to ensure more visual similarity between the light rail cars, regardless of the carriage ́s age, as well as to prevent wear of use and increase customer satisfaction with the cars. The upgrade is expected to extend the carriage ́s lifetime, thus giving both economic and environmental savings.
Procedure identifier : 7b326128-682c-4831-bf0e-48c035404d26
Internal identifier : BB/25/10
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : Negotiated procedure.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 22000000 Printed matter and related products
Additional classification ( cpv ): 22460000 Trade-advertising material, commercial catalogues and manuals
Additional classification ( cpv ): 22462000 Advertising material
Additional classification ( cpv ): 24931000 Photographic plates and films
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34928470 Signage
Additional classification ( cpv ): 34946120 Railway materials
Additional classification ( cpv ): 39174000 Shop signs
Additional classification ( cpv ): 42962000 Printing and graphics equipment
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44113810 Surface dressing
Additional classification ( cpv ): 44174000 Foil
Additional classification ( cpv ): 44400000 Miscellaneous fabricated products and related items
Additional classification ( cpv ): 44423400 Signs and related items
Additional classification ( cpv ): 45233200 Various surface works
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 79822500 Graphic design services

2.1.2 Place of performance

Postal address : Kokstadflaten 57
Town : Kokstad
Postcode : 5257
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : The delivery shall be carried out at Bybanen AS ́ depot and workshop, which is located at the main office at Kokstadflaten 59 outside Bergen.

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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?
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?
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
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?
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 obligation relating to 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?
Breaching obligation relating to 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?
Business activities are suspended : Has the tenderer's business conduct been stopped?
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Foliation of wagons for Bybanen AS
Description : In connection with the mid-life upgrading of vehicles, Bybanen AS wants to foliate all 34 Variobahn trolleys externally. The aim of the upgrade is to ensure more visual similarity between the light rail cars, regardless of the carriage ́s age, as well as to prevent wear of use and increase customer satisfaction with the cars. The upgrade is expected to extend the carriage ́s lifetime, thus giving both economic and environmental savings.
Internal identifier : BB/25/10

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 22000000 Printed matter and related products
Additional classification ( cpv ): 22460000 Trade-advertising material, commercial catalogues and manuals
Additional classification ( cpv ): 22462000 Advertising material
Additional classification ( cpv ): 24931000 Photographic plates and films
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34928470 Signage
Additional classification ( cpv ): 34946120 Railway materials
Additional classification ( cpv ): 39174000 Shop signs
Additional classification ( cpv ): 42962000 Printing and graphics equipment
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44113810 Surface dressing
Additional classification ( cpv ): 44174000 Foil
Additional classification ( cpv ): 44400000 Miscellaneous fabricated products and related items
Additional classification ( cpv ): 44423400 Signs and related items
Additional classification ( cpv ): 45233200 Various surface works
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 79822500 Graphic design services
Options :
Description of the options : Options: - Additional sealing on orders from the Contracting Authority. - Foliation of windows (internally) when ordered from the Contracting Authority. - Additional work to be ordered from the Contracting Authority. - Folie quality upgrade

5.1.2 Place of performance

Postal address : Kokstadflaten 57
Town : Kokstad
Postcode : 5257
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : The delivery shall be carried out at Bybanen AS ́ depot and workshop, which is located at the main office at Kokstadflaten 59 outside Bergen.

5.1.3 Estimated duration

Duration : 10 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 10 000 000 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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax, payroll tax and VAT payments in order.
Criterion : Other economic or financial requirements
Description : The tenderer shall be a legally established company.
Criterion : Other economic or financial requirements
Description : The tenderer shall have the financial strength to be able to fulfil the contract.
Criterion : References on specified services
Description : Tenderers shall have experience from relevant and comparable deliveries. Relevant and comparable deliveries means experience with foliation of trains, track walking material or other relevant vehicles or objects.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Measures for ensuring quality
Description : Tenderers shall have a documented quality management system.
Criterion : Environmental management measures
Description : Tenderers shall have a documented environmental management system.
Criterion : Measures for ensuring quality
Description : Tenderers shall have a documented HSE system.
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 : Price
Name : Price
Description : The evaluation sum.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Assignment comprehension and plan for implementation
Description : The contracting authority will undertake an overall assessment of the tenderer ́s assignment comprehension and the plan for how the tenderer will carry out the assignment in order to ensure a tidy and efficient process, as well as a robust and qualitatively good delivery.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 27/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=65956

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 17/09/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : The tenderer shall have the financial strength to be able to fulfil the contract. 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. The contracting authority reserves the right to carry out a credit assessment from Experian. Documentation requirement: The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity.
Deadline for receipt of requests to participate : 05/09/2025 10:00 +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 : 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. The contracting authority reserves the right to carry out a credit assessment from Experian. The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : The tenderer shall have the financial strength to be able to fulfil the contract.

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 : The waiting period is ten days.
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 subdivision (NUTS) : Vestland ( NO0A2 )
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

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

Notice information

Notice identifier/version : a8b08f62-d271-4bc2-86cf-acfa3f043800 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/08/2025 14:02 +00:00
Notice dispatch date (eSender) : 04/08/2025 14:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00514633-2025
OJ S issue number : 149/2025
Publication date : 06/08/2025