Retrofit traction batteries for the Sporveien metro trains

Retrofit traction batteries for the Sporveien metro trains. The Procuring Entity shall exchange the existing traction batteries with new units due to end of life. The batteries are used as an energy source and maintains the systems on the metro trains. The total amount of batteries needed: 115 units + …

CPV: 31400000 Ackumulatorer, primärceller och primärbatterier, 31440000 Batterier, 50000000 Reparation och underhåll, 50100000 Reparation, underhåll och tillhörande tjänster för fordon och liknande utrustning
Plats för avrättning:
Retrofit traction batteries for the Sporveien metro trains
Plats för tilldelning:
Sporveien AS
Tilldelningsnummer:
SPV-2551

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Retrofit traction batteries for the Sporveien metro trains
Description : Retrofit traction batteries for the Sporveien metro trains. The Procuring Entity shall exchange the existing traction batteries with new units due to end of life. The batteries are used as an energy source and maintains the systems on the metro trains. The total amount of batteries needed: 115 units + 10 units reserve, according to the delivery plan and service requirements. Se tender documents for further information.
Procedure identifier : 361b8a69-6b26-4e0a-9987-a7c2fcd0a2f2
Internal identifier : SPV-2551
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The tender process is being conducted as a restricted competitive procedure (prequalification) with negotiation. Only suppliers that are invited, after the prequalification fase, can submit tenders. See tender document for more information.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 31400000 Accumulators, primary cells and primary batteries
Additional classification ( cpv ): 31440000 Batteries
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : According to tender documents: "Existing batteries ready to be recycled will be placed for pickup by Supplier at our workshop in Vårveien 55, Oslo, Norway.", and "The new batteries shall then be delivered to our workshop at Vårveien 55, Oslo, Norway." See tender documents.

2.1.3 Value

Estimated value excluding VAT : 30 000 000 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 : See tender documents.
Fraud : See tender documents.
Money laundering or terrorist financing : See tender documents.
Participation in a criminal organisation : See tender documents.
Terrorist offences or offences linked to terrorist activities : See tender documents.
Child labour and including other forms of trafficking in human beings : See tender documents.
Breaching of obligations in the fields of environmental law : See tender documents.
Breaching of obligations in the fields of labour law : See tender documents.
Breaching of obligations in the fields of social law : See tender documents.
Agreements with other economic operators aimed at distorting competition : See tender documents.
Grave professional misconduct : See tender documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : See tender documents.
Offence concerning its professional conduct in the domain of defence procurement : See tender documents.
Conflict of interest due to its participation in the procurement procedure : See tender documents.
Direct or indirect involvement in the preparation of this procurement procedure : See tender documents.
Early termination, damages, or other comparable sanctions : See tender documents.
Lack of reliability to exclude risks to the security of the country : See tender documents.
Breaching of obligations set under purely national exclusion grounds : See tender documents.
Breaching obligation relating to payment of social security contributions : See tender documents.
Breaching obligation relating to payment of taxes : See tender documents.
Business activities are suspended : See tender documents.
Bankruptcy : See tender documents.
Arrangement with creditors : See tender documents.
Insolvency : See tender documents.
Assets being administered by liquidator : See tender documents.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : See tender documents.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Retrofit traction batteries for the Sporveien metro trains
Description : Retrofit traction batteries for the Sporveien metro trains. The Procuring Entity shall exchange the existing traction batteries with new units due to end of life. The batteries are used as an energy source and maintains the systems on the metro trains. The total amount of batteries needed: 115 units + 10 units reserve, according to the delivery plan and service requirements. Se tender documents for further information.
Internal identifier : SPV-2551

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 31400000 Accumulators, primary cells and primary batteries
Additional classification ( cpv ): 31440000 Batteries
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : According to tender documents: "Existing batteries ready to be recycled will be placed for pickup by Supplier at our workshop in Vårveien 55, Oslo, Norway.", and "The new batteries shall then be delivered to our workshop at Vårveien 55, Oslo, Norway." See tender documents.

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 30 000 000 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : The supplier shall be a legally established company incorporated and registered. The supplier shall be domiciled or having its administration, in an EU or EFTA member state, a state that is party to the WTO Government Procurement Agreement (GPA) or a state to which Norway has granted access to its public procurement market through international agreements. See tender documents, "Invitation to tender", section 3.3.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 4
Criterion : General yearly turnover
Description : The supplier’s annual revenue must be at least 50 000 000 NOK excl. VAT. See tender documents, "Invitation to tender", section 3.3.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 4
Criterion : Relevant educational and professional qualifications
Description : Technical and professional qualifications: The supplier must have sufficient experience from similar deliveries. The supplier must document a robust supply chain capability, and an overall organization. See tender documents, "Invitation to tender", section 3.3.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 4
Criterion : Measures for ensuring quality
Description : Quality assurance standards: The supplier must have a satisfactory quality assurance system. See tender documents, "Invitation to tender", section 3.3.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 4
Information about the second stage of a two-stage procedure :
Maximum number of candidates to be invited for the second stage of the procedure : 4
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 supplier must fill out all fields in “Appendix 3 – Price form”. See the tender document "Invitation to tender" for information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : To what degree the offer meets the Procuring Entity’s requirements. The supplier's response to “Appendix 4A - Scope of work" See the tender document "Invitation to tender" for information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Climate & environment
Description : The supplier's response to “Appendix 5 - Climate & Environment". See the tender document "Invitation to tender" for information.
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 : 11/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59474

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 09/07/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 27/06/2025 10:00 +00:00
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 : See tender documents.
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 : See tender documents.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : See tender documents.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See tender documents.

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

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

8. Organisations

8.1 ORG-0001

Official name : Sporveien AS
Registration number : 915070434
Department : Strategisk Innkjøp
Postal address : Økernveien 9
Town : Oslo
Postcode : 0653
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Morten Riise
Telephone : 22 08 40 00
Internet address : https://sporveien.com/
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

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
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
Notice information
Notice identifier/version : 01142596-d94b-46f2-b105-c3566094a2c5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/05/2025 11:24 +00:00
Notice dispatch date (eSender) : 23/05/2025 11:24 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00337246-2025
OJ S issue number : 100/2025
Publication date : 26/05/2025