Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Official name: The Norwegian Defence Estates Agency
Postal address: Grev Wedels plass 5
Town: OSLO
Postal code: 0151
Country: Norway
For the attention of: Arild Richard Johansen
E-mail: arild.richard.johansen@forsvarsbygg.no
Internet address(es):
General address of the contracting authority/entity: http://www.forsvarsbygg.no/
Electronic access to information: https://permalink.mercell.com/196420478.aspx
Electronic submission of tenders and requests to participate: https://permalink.mercell.com/196420478.aspx
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact
point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Defence
I.4)Contract award on behalf of other contracting authorities/entities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Contract C02858 Project 100868 - Quay - qualification
II.1.2)Type of contract and location of works, place of delivery or of
performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting
authorities/entities
Main site or location of works, place of delivery or of performance: Haakonsvern, Bergen, Norway.
NUTS code NO0A2 Vestland
II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
The delivery concerns a quay facility at Haakomsvern, consisting of several independent quay constructions. See the attached documentation.
II.1.6)Common procurement vocabulary (CPV)
45241100 Quay construction work, 45200000 Works for complete or part construction and civil engineering work, 45241000 Harbour construction
works
II.1.7)Information about subcontracting
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: yes
Description of these options: Expanded volume of the corresponding work
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 39 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Guarantee of surety for the contractual obligations of the contractor in accordance with the contract (limited to 10% of the contract sum)
III.1.2)Main financing conditions and payment arrangements and/or reference to the
relevant provisions governing them:
In accordance with NS8405. Membership in StartBANK and power of attorney is required for the retrieval of information from the tax authorities.
III.1.3)Legal form to be taken by the group of economic operators to whom the
contract is to be awarded:
III.1.4)Other particular conditions to which the performance of the contract is
subject, in particular with regard to security of supply and security of information:
It is required that it be possible to enter into a security agreement with the tenderer, and that authorisation and security clearance of personnel can be
granted. Further provisions are provided in the tender documentation.
III.1.5)Information about security clearance:
III.2)Conditions for participation
III.2.1)Personal situation
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade
registers
Information and formalities necessary for evaluating if the requirements are met: Requirement: Tenderers must be a legally established
company.
Documentation: Foreign tenderers must present documentation that confirms that the company is legally registered in their home country.
Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below.
Requirement: Tenderers must have their tax and duty payments in order (only for Norwegian tenderers).
Documentation: Tax and VAT certificate (RF-1316). The certificate can be ordered via www.altinn.no. The certificate must not be
more than 6 months from the tender deadline.
III.2.2)Economic and financial ability
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: Requirement: Tenderers must be credit worthy.
Documentation: Credit assessment of the tenderer, not older than 6 months from the deadline for receipt of applications. The credit rating must contain an assessment of
the tenderer’s payment history/reliability. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. If the tenderer, in order to
comply with the requirement, presents guarantees from other companies (e.g. the controlling company), equivalent credit assessment for this company must be submitted. Furthermore, a
legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract.
Requirement: Tenderers must have the financial capacity to carry out the assignment/contract.
Documentation: Presentation of the
fiscal figures from the last available annual financial statements, showing the tenderer"s turnover. (Not required if the accounts" key figures are shown in the credit
rating).
Minimum level(s) of standards possibly required: Tenderers with less that NOK 250 million in turnover during the last accounting year
are not able to qualify. However, this will be assessed upon the presentation of documentation stating that the tenderer"s financial capacity is ensured. This can be a guarantee from
a bank, parent company, or similar.
III.2.3)Technical and/or professional capacity
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
Requirement: The tenderer (as a
company) must have very good experience and competence with the implementation of works of equivalent size and complexity.
Documentation:
Describe how each individual reference project contributes to fulfilling the requirements for experience and competence by entering the relevant information in Annex 5 Reference
Projects. Requirements for nature, size and complexity do not need to be fulfilled in one and the same project, but the Norwegian Defence Estates Agency [Forsvarsbygg] will look at
the combined reference projects and make a comprehensive assessment of the extent to which the requirements are satisfied. This is assessed in light of both point 1 Delivery
Description and point 2 Qualification Requirements in Annex 5 Project Description. All competence areas stated under point 2 "Qualification Requirements" must be included in the
reference projects in order for the tenderer to qualify.
The Norwegian Defence Estates Agency reserves the right to contact the stated
references in order to verify the submitted information.
If the tenderer or subcontractor provides more reference projects than allowed, the
tenderer cannot expect all of them to be taken into account in the assessment.
If necessary, tenderers can present documentation from obligated
subcontractors so that they collectively meet the requirement. In this case, the subcontractor must attach a separate reference form with up to three references. Annex 5 Reference
Projects is also to be used here. See also point 4.2
Requirement: The tenderer must have the financial capacity to comply with the contractual
obligations.
Documentation: A description of the total number of personnel and equipment the tenderer has at its disposal for fulfilment of the
contract. This can be an overview extracted from the tenderer"s own systems, but as a minimum it must show that the tenderer has sufficient personnel, equipment and qualifications to
execute the contract in accordance with Annex 5 Project Description, section 2 Qualification Requirements. The total number of personnel and equipment must be described for the areas
where qualification requirements for execution are described, e.g. concrete work for quays, underwater concrete work in water depths greater than 10 m, etc.
If necessary, tenderers can present documentation from obligated subcontractors so that they collectively meet the requirement. In such cases, the subcontractor must
submit a separate description of the total number of personnel and equipment the subcontractor has at its disposal for the execution of the contract. See also point 4.2
Requirement: Tenderers must have a functioning environmental management system in place with routines and structure that demonstrate how the tenderer ensures
that relevant environmental considerations are taken into account in connection with the services that will be delivered.
Documentation:
Documentation of certification in accordance with one of these three schemes: EcoLighthouse, EMAS or ISO 14001. Other equivalent environmental management systems can also be accepted,
but only after they have been assessed on the basis of the received documentation.
Requirements: It is required that it be possible to enter
into a security agreement with the tenderer and that authorisation and security clearance of personnel can be granted, cf. 6 below. It is the tenderer"s risk if the security agreement
as well as authorisation and any security clearance cannot be obtained by the deadline, unless the delay is due to conditions for which the Norwegian Defence Estates Agency is
responsible.
Documentation: The requirement in the application itself must only be documented with the "Self-declaration of security
requirements", see Annex 2. Tenderers that are pre-qualified will be contacted by the Norwegian Defence Estates Agency and informed about the processes related to the commencement of
a security agreement, as well as authorisation and possible security clearance.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to
participate
Envisaged minimum number 3 and maximum number 6
Objective criteria for choosing the limited number of candidates:
Priority will be given to tenderers who best meet the technical and professional qualification requirements. Both the experience and competence requirements and the necessary capacity
requirements will be evaluated.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the
descriptive document
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
2021/2243
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or
descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
2.5.2023 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected
candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Other Norwegian
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Official name: Hordaland District Court
Postal address: Postboks 7412
Town: Bergen
Postal code: 5020
Country: Norway
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be
obtained
VI.5)Date of dispatch of this notice:
3.3.2023