Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Official name: The Norwegian Defence Materiel Agency
National registration number: 916 075 855
Postal address: Grev Wedels plass 1
Town: OSLO
Postal code: 0151
Country: Norway
For the attention of: Tor Sikkeland
E-mail: tsikkeland@mil.no
Internet address(es):
General address of the contracting authority/entity: https://fma.no/
Electronic access to information: https://permalink.mercell.com/207985090.aspx
Electronic submission of tenders and requests to participate: https://permalink.mercell.com/207985090.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:
P1109 - Procurement of a Fast Patrol Boat - Prequalification
II.1.2)Type of contract and location of works, place of delivery or of
performance
Supplies
Purchase
Main site or location of works, place of delivery or of
performance: Delivery will probably take place in Bergen, but will be clarified during the tender contest phase.
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 Norwegian Defence Materiel Agency (NDMA) invites tenderers to pre-qualify for the procurement of fast patrol boats. The patrol boats will be used for
patrolling, transport, managing sea barriers and securing vessels to quays and objects with a waterfront.
See the qualification document for
further information.
II.1.6)Common procurement vocabulary (CPV)
34500000 Ships and boats, 34513000 Fishing, emergency and other special vessels, 34520000 Boats, 34521000 Specialised boats,
34521100 Surveillance boats, 34521200 Customs patrol boats, 34521300 Police patrol boats, 34521400 Lifeboats, 34522300
Small craft
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:
The total scope of the procurement is 6 patrol boats. The procurement concerns 2 patrol boats with an option for up to 4 additional patrol
boats.
See the qualification document for further information.
II.2.2)Information about options
Options: yes
Description of these options: The total scope is 6 patrol boats.
Of
these, 4 Patrol Boats (1+1+1+1) are options.
Provisional timetable for recourse to these options:
in
months: 24 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
There will be guarantee and security requirements in the contract. This will be described in more detail in the tender phase.
III.1.2)Main financing conditions and payment arrangements and/or reference to the
relevant provisions governing them:
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:
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: There are requirements regarding the tenderer´s registration in a
business register. See the qualification documentation for further information.
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: Requirements for the service provider´s economical and financial
capacity. See the qualification documentation for further information.
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:
Technical and professional
qualifications are required. See the qualification documentation for further information.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Minimum level(s) of standards possibly required
There are requirements regarding the tenderer´s quality and
environmental management systems. See the qualification documentation for further information.
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
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:
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
23.8.2023 - 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
English.
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
Body responsible for mediation procedures
Official name: Oslo Tingrett [Oslo District Court]
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:
19.7.2023