Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activityRailway services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Procurement of new long-distance Trains
Reference number: Project number 20-22
II.1.2)Main CPV code34600000 Railway and tramway locomotives and rolling stock and associated parts
II.1.3)Type of contractSupplies
II.1.4)Short description:
The purpose of this procurement is to purchase new Trainsets and appurtenant goods and services, primarily for use in a long-distance service.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)34000000 Transport equipment and auxiliary products to transportation
34620000 Rolling stock
34622000 Railway and tramway passenger coaches, and trolleybuses
34622200 Railway passenger coaches
34622400 Railway carriages
34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
34631000 Parts of locomotives or rolling stock
II.2.3)Place of performanceNUTS code: NO Norge
Main site or place of performance:
II.2.4)Description of the procurement:
The purpose of this procurement is to purchase new Trainsets and appurtenant goods and services, primarily for use in a long-distance service.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Operator Experience / Weighting: 15
Quality criterion - Name: Passenger Experience / Weighting: 15
Quality criterion - Name: Product Delivery / Weighting: 20
Quality criterion - Name: Project Delivery / Weighting: 20
Cost criterion - Name: Cost / Weighting: 30
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 180
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 2
Objective criteria for choosing the limited number of candidates:
Objective criteria for choosing the limited number of candidates; see the Instruction to Tenderers.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Upon Contract award, NT shall have the option to order additional three (3) large Trainsets (approx. 220 meter) either with:
• 1a bimodal propulsion, a combination of seating and beds and a small Bistro; or
• 1b electrical propulsion, a combination of seating and beds and a small Bistro
Further, NT shall have the option to purchase additional Trainsets during the contract period.
The Tenderer shall offer the following technical options:
• Large Bistro
• Dual Voltage operation for 25kV 50Hz and 15kV 16 2/3 Hz.
• Sleeper car with 2 bed compartments with on-suite shower and toilet
• Turn-around seats
• Footrest for Comfort and Regular Seating Places
• Simulator
• Driver Advisory system (DAS)
• Infotainment System
• Test solution for PIS and Advertising contents
• Technical support
• Documentation update
• Extended Training
• High Cost Components
• Special Tools and Test Equipment
For the complete description of options, see Exhibit A1 Scope of Work General.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
List and brief description of conditions: 01. The Candidate must demonstrate that it has fulfilled its
obligations relating to the payment of taxes, VAT or similar payments under the laws of Norway or
the relevant State in which the Candidate is established.
02. The Candidate must be a legally established company.
For more information about the qualification requirements and appurtenant documentation
requirements, see the Instructions to Tenderers.
III.1.2)Economic and financial standingList and brief description of selection criteria:
List and brief description of selection criteria:
03. The Candidate shall have sufficient economic and financial capacity to be able to fulfil the
contract.
For more information about the qualification requirements and appurtenant documentation
requirements, see the Instructions to Tenderers.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
List and brief description of selection criteria:
03. The Candidate shall have sufficient economic and financial capacity to be able to fulfil the
contract.
For more information about the qualification requirements and appurtenant documentation
requirements, see the Instructions to Tenderers.
III.1.4)Objective rules and criteria for participationList and brief description of rules and criteria:
List and brief description of rules and criteria: see the Instructions to Tenderers.
III.1.6)Deposits and guarantees required:
See the Instructions to Tenderers.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See the Instructions to Tenderers.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See the Instructions to Tenderers.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See the Instructions to Tenderers.
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureNegotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 30/11/2021
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 31/12/2021
IV.2.4)Languages in which tenders or requests to participate may be submitted:English, Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 18 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
VI.5)Date of dispatch of this notice:27/10/2021