Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Official name: The Norwegian Armed Forces c/o the Norwegian Defence Logistics Organisation
Postal address: Lysaker Torg 45
Town: Lysaker
Postal code: 1366
Country: Norway
For the attention of: Rune Løvlid
E-mail: rlovlid@mil.no
Telephone: +47 55503067
Internet address(es):
Electronic access to information: https://permalink.mercell.com/203070149.aspx
Electronic submission of tenders and requests to participate: https://permalink.mercell.com/203070149.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
National or federal agency/office
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:
2022037569 Prequalification Classification and maintenance of Outer Coast Guard Vessels
II.1.2)Type of contract and location of works, place of delivery or of
performance
Services
Service category No 1: Maintenance and repair services
Main site or
location of works, place of delivery or of performance: Norway
NUTS code NO Norge
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 contracting authority will enter into this agreement on behalf of the Norwegian Armed Forces and the Norwegian Defence Materiel Agency for the
maintenance of the Outer Coast Guard Vessels.
The framework agreement will help to strengthen the Defence"s operational capabilities and
preparedness through increased capacity for maintenance and upgrade services and relevant engineering support by providing the Defence with access to such services during times of
peace, crisis, conflict and war.
The contracting authority will enter into framework agreements for the delivery of technical shipping
maintenance services, repairs, upgrading, modifications and engineering support.
The framework agreement under this procurement serves as a
supplement to the Norwegian Armed Forces" internal capacity within its crews and workshops, as well as existing framework agreements.
See the
prequalification documents for a detailed description of the assignment and how to respond to the qualification requirements.
II.1.6)Common procurement vocabulary (CPV)
50241000 Repair and maintenance services of ships, 50240000 Repair, maintenance and associated services related to marine and other equipment,
50241100 Vessel repair services
II.1.7)Information about subcontracting
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
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:
The total estimated scope of the procurement is NOK 320 million excluding VAT for the entire framework agreement period, including all options. The maximum
value of the framework agreement is NOK 370 million excluding VAT.
Estimated value excluding VAT: 370000000 NOK
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 3
In the
case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the
contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (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:
See the contract
III.1.2)Main financing conditions and payment arrangements and/or reference to the
relevant provisions governing them:
See the contract
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:
For this framework agreement, the chosen tenderer must sign a security agreement and and be security-cleared
at the
level CONFIDENTIAL/NATO CONFIDENTIAL. For organisations that the tenderer
relies on to fulfil the qualification requirements and subcontractors
who may have access to
or manufacture classified information or gain access to protected objects
or
infrastructure, a security agreement must be signed, and they must be able to be security-cleared up to
the clearance level CONFIDENTIAL/NATO
CONFIDENTIAL.
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 registered in a company register,
professional register or a trade register in the state where the tenderer is established. If the tenderer is a tenderer group, the requirement must be met by each individual
participant in the group.
Documentation requirement: Norwegian tenderers - Company registration certificate
Foreign companies: - Confirmation that the tenderer is registered in a company register, professional register or trade register in the state where the tenderer is
established.
If the tenderer is a tenderer group, the above-mentioned documentation shall be supplied for each individual participant in the
group.
REQUIREMENT: The tenderer"s ownership must not be able to represent a
security risk for the
Norwegian Armed Forces. This requirement applies to the Tenderer and any subcontractors who contribute to a significant fulfilment of deliveries under this framework
agreement.
If the tenderer is a tenderer group, the requirement must be met by each individual participant in the group.
Documentation requirement: Tenderers must document their legal organisation in the form of the ownership structure and any group affiliation.
Tenderers must submit a complete company map showing an overview of the ownership structure and group, with legally correct company names, organisation numbers and an
indication of the state in which the various companies in the group reside. The company map must include:
(i) Parent company and other
shareholders (ultimate ownership)
(ii) Subsidiaries and sister companies and ownership of these companies (ultimate
ownership)
Listed companies must disclose at minimum their ten largest shareholders.
The documentation must
be up to date at the time of submission of the tender.
If the tenderer is a tenderer group, the above-mentioned documentation shall be supplied
for each individual participant in the group.
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 have sufficient economic and financial
capacity to fulfil the contract, including satisfactory operating profit margin, degree of liquidity and equity.
The tenderer must document a
minimum revenue of NOK 100 million for each of the last 3 years.
If the tenderer is a tenderer group, the contracting authority will evaluate the
fulfilment of the requirement for the tenderer group as a whole.
Documentation requirement: Tenderers must provide the following
documents:
1: A credit assessment from a certified credit appraisal agency based on the most recent known accounting figures. The rating must not
be older than 3 months.
2: The tenderer"s Annual Financial Statements (including notes with the Board"s and Auditor"s reports) from the last 3
years.for the tenderer and any parent company.
If a tenderer has valid reasons for not being able to provide the documentation requested by the
contracting authority, the tenderer can prove his economic and financial position with any other document that the contracting authority deems suitable. The tenderer must substantiate
why they are unable to present the documentation required by the Contracting Authority.
If the tenderer is a tenderer group, the above-mentioned
documentation shall be supplied for each individual participant in the group.
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: Tenderers must have
good experience from similar deliveries.
Similar deliveries means that the experience must concern an equivalent type of assignment, scope and
complexity to those included in this framework agreement; ship maintenance, upgrades, project management, and coordination of separate works and subcontractors.
Experience related to technical rig maintenance/modifications can be considered to fulfil the requirement if it is otherwise equivalent in scope and
complexity.
The supplier must refer to experience from deliveries with an approximate scope of 100 days work in one or more shifts.
If the tenderer is a tenderer group, the contracting authority will evaluate the fulfilment of the requirement for the tenderer group as a
whole.
Documentation requirement: Tenderers must attach an overview of the tenderer"s 3 most relevant assignments in the last 3 years (Annex 8).
In order to ensure sufficient competition, documentation of deliveries that the tenderer carried out more than 3 years ago can also be taken into consideration. The list must include
an indication of:
The value of the assignment
Date
Recipient
Certificate from the receiver of the assignment(s), cf. FOSA Section 8-12 (1) c.
A short description of the delivery, including whether the supplier delivered on time, cost and performance
A description of why
the assignment is considered relevant to this framework agreement
It is the tenderer"s responsibility to confirm relevance through the
description. The description of each reference assignment should not exceed 1 A4 page.
If the tenderer is a tenderer group, the above-mentioned
documentation shall be supplied for each individual participant in the group.
REQUIREMENT: Tenderers must have sufficient staffing to fulfil the
delivery in the framework agreement.
The tenderer must command at minimum:
10 skilled electricians, of
which a minimum of 5 must have Norwegian citizenship
20 skilled mechanics, of which a minimum of 5 must have Norwegian citizenship
15 skilled hull and structure workers (including pipes), of which a minimum of 5 must have Norwegian citizenship
20
skilled ISO professionals, of which a minimum of 5 must have Norwegian citizenship
5 engineers in ship technical systems, of which a minimum of
3 must have Norwegian citizenship
3 technical illustrators, of which a minimum of 2 must have Norwegian citizenship
1 security manager with Norwegian citizenship
Norwegian language labour management
Relevant
expertise as required to execute the framework agreement is described in further detail in Annex 6 - Competence requirements
If the tenderer is
a tenderer group, the contracting authority will evaluate the fulfilment of the requirement for the tenderer group as a whole.
Documentation
requirement: Tenderers must provide the following documentation:
A description of the tenderer"s organisation of their own personnel and the
personnel that they otherwise command, including the total staff and the competence and citizenship of the personnel. CVs are not to be submitted, but tenderers must provide the names
of available personnel, both its own and that of subcontractors, at the time of qualification. The number of personnel available to the tenderer must also be entered in Annex 7 - Form
for fulfilment of the qualification requirements.
If the tenderer relies on others to fulfil this requirement, the overview must include the
name of the subcontractor and the subcontractor must have submitted a declaration of commitment, cf. Annex 2.
If the tenderer is a tenderer
group, the above-mentioned documentation shall be supplied for each individual participant in the group.
REQUIREMENT: Tenderers must have at
their disposal docks and infrastructure in Norway that are suitable for the execution of the contract.
The requirement is considered fulfilled
where the Contracting Authority"s requirements in Annex 5 are met, or where the Tenderer substantiates that the requirements in Annex 5 will be met before the first vessel is to be
docked.
Documentation requirement: Tenderers must prepare a document describing fulfilment of the requirements in Annex 5.
Dimensions of the tenderer"s dock and infrastructure must also be filled in in Annex 7 - Fulfilment of the qualification requirements.
If the tenderer"s dock and infrastructure do not fulfil all of the requirements in Annex 5 at the time of delivery of the qualification application, the
tenderer must also submit an overview of the deviation and a plan for implementation of the relevant upgrades/modifications. All modifications must be completed before the first
vessel is docked.
REQUIREMENT: Tenderers must have a management system for quality that is relevant to the scope and deliveries under this
Framework Agreement.
If the tenderer is a tenderer group, the requirement must be fulfilled by each participant in the group that will perform
work under the contract.
Documentation requirement: To document that the requirement is fulfilled, the Tenderer must enclose a description of
the tenderer"s methods for quality assurance.
If a tenderer is certified in accordance with ISO 9001 or equivalent standards, it is sufficient
to present a copy of a valid certificate to fulfil this requirement.
If the tenderer is a tenderer group, the aforementioned documentation must
be submitted for each individual participating in the group who will perform work under the contract. It must also be stated what each participant will contribute under the total
scope of delivery of the contract and how it will be ensured that the system will be implemented in the company that will be established, cf. point 4.3.
REQUIREMENT: Tenderers must have a documented and valid environmental management system with routines and structure that demonstrate how the tenderer ensures that
relevant environmental considerations are taken in relation to the services that will be delivered. The system must be linked to the executive unit(s), and must as a minimum
include:
1. an environmental policy
2. an overview of any environmental impact (the environmental
aspects) by the tenderer
3. proof that the organisation sets environmental requirements for subcontractors
4. a description of the organisation of the environmental work and the distribution of responsibility
5. a description of the
company"s preparedness for dealing with stand-by situations with a risk of undesirable environmental impacts
6. a description of the resources
for establishment, implementation, maintenance and continuous improvement of the environmental management system.
If the tenderer is a tenderer
group, the requirement must be met by each individual participant in the group.
Documentation requirement: A description of the environmental
measures that are implemented in the company which shows that the system includes the points above.
If a tenderer is certified in accordance
with ISO 14001, Eco-lighthouse, EMAS or equivalent standards, it is sufficient to present a copy of a valid certificate.
If the tenderer is a
tenderer group, the above-mentioned documentation shall be supplied for each individual participant in the group. It must further state how it is ensured that the system is
implemented in the company that is to be established, cf. point 4.3.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
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
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:
2022037569
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
31.8.2023 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected
candidates
18.9.2023
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Other Norwegian and English
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
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:
23.6.2023