2024038547 Prequalification – Framework agreement for the purchase of rubber boats and outboard motors

The framework agreement shall apply to inflatable rubber boats and outboard motors. Does not apply for Rigid Inflatable Boats (RIB). Both the rubber boats and outboard engines shall be of a standard commercial type with adaptations for military use. The size of the rubber boat will be from 4.7m to …

CPV: 34521000 Specializované čluny, 34522450 Nafukovací plavidla, 34522500 Gumové záchranné čluny, 42111100 Pomocné motory pro lodní pohon
Místo provedení:
2024038547 Prequalification – Framework agreement for the purchase of rubber boats and outboard motors
Misto zadání:
FORSVARSMATERIELL
Číslo zakázky:
2024038547

1. Buyer

1.1 Buyer

Official name : FORSVARSMATERIELL
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : 2024038547 Prequalification – Framework agreement for the purchase of rubber boats and outboard motors
Description : The framework agreement shall apply to inflatable rubber boats and outboard motors. Does not apply for Rigid Inflatable Boats (RIB). Both the rubber boats and outboard engines shall be of a standard commercial type with adaptations for military use. The size of the rubber boat will be from 4.7m to 5.90m and the most used petrol engines at the Contracting Authority are currently from 30 to 65 HC. The contracting authority needs deliveries of rubber boats and engines combined, but also separately. There will also be a need to purchase separate parts for both rubber boats and engines, as well as possible maintenance needs. Primarily maintenance is to be carried out by own personnel at own workshops.
Procedure identifier : 713e8f76-0e52-4aaa-aabf-4814f33cd762
Internal identifier : 2024038547
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The agreement only applies to inflatable rubber boats and outboard motors. Rigid Inflatable Boats (RIB) is not included in this agreement. The Norwegian Armed Forces shall be able to make call-offs against this agreement when purchasing, modifications and maintenance of boats with engines, only boats or only engines. The rubber boats shall be deliverable in all sizes required by the Norwegian Armed Forces. The most used sizes today are 4.7 metres and 5.3 metres. The outboard motors shall be able to be delivered in all engine sizes that the Norwegian Armed Forces require, both two and four strokes. The most relevant sizes are 30-70 hc, but the agreement also includes other engine sizes that are not intended for the rubber boats. Shelf products with systems adapted to the respective engine are requested for engines for other use.  The delivery shall also include documentation, training, tools and spare parts for expected maintenance. The contract is for the procurements, modifications, maintenance and operation support of rubber boats and outboard engines of various sizes that are procured under this agreement.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34522500 Rubber dinghies
Additional classification ( cpv ): 34521000 Specialised boats
Additional classification ( cpv ): 34522450 Inflatable craft
Additional classification ( cpv ): 42111100 Outboard motors for marine propulsion

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 42 000 000 Norwegian krone
Maximum value of the framework agreement : 65 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - See the tender documentation.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 2024038547 Prequalification – Framework agreement for the purchase of rubber boats and outboard motors
Description : The framework agreement shall apply to inflatable rubber boats and outboard motors. Does not apply for Rigid Inflatable Boats (RIB). Both the rubber boats and outboard engines shall be of a standard commercial type with adaptations for military use. The size of the rubber boat will be from 4.7m to 5.90m and the most used petrol engines at the Contracting Authority are currently from 30 to 65 HC. The contracting authority needs deliveries of rubber boats and engines combined, but also separately. There will also be a need to purchase separate parts for both rubber boats and engines, as well as possible maintenance needs. Primarily maintenance is to be carried out by own personnel at own workshops.
Internal identifier : 2024038547

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34522500 Rubber dinghies
Additional classification ( cpv ): 34521000 Specialised boats
Additional classification ( cpv ): 34522450 Inflatable craft
Additional classification ( cpv ): 42111100 Outboard motors for marine propulsion

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 42 000 000 Norwegian krone
Maximum value of the framework agreement : 65 000 000 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

5.1.7 Strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/261315400.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian, Swedish, Danish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 18/08/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Information about review deadlines : The waiting period is ten days.
Organisation providing more information on the review procedures : Oslo Tingrett

8. Organisations

8.1 ORG-0001

Official name : FORSVARSMATERIELL
Registration number : 916075855
Postal address : Grev Wedels plass 1
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Geir Egil Flatabø
Telephone : +4755503064
Internet address : https://FMA.NO
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : 23b53233-368f-4aef-b41a-18ac1907898d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/07/2025 11:29 +00:00
Notice dispatch date (eSender) : 10/07/2025 13:39 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00456712-2025
OJ S issue number : 132/2025
Publication date : 14/07/2025