Renovation ship deck D/S Hestmanden

The objective of the procurement is to replace parts of the ship slab on D/S Hestmanden, which are rotten and no longer function as tyres or barriers to ingress of water on the ship. Furthermore, the procurement aims at carrying out the job in accordance with the antiquarian rules and …

CPV: 50241000 Reparatur und Wartung von Schiffen, 45000000 Bauarbeiten, 50000000 Reparatur- und Wartungsdienste, 50200000 Reparatur, Wartung und zugehörige Dienste in Verbindung mit Luftfahrzeugen, Eisenbahnen, Straßen und Schifffahrt, 50240000 Reparatur, Wartung und zugehörige Dienste in Verbindung mit Schifffahrt und anderen Einrichtungen, 50241100 Reparatur von Wasserfahrzeugen, 50244000 Instandsetzung von Schiffen oder Booten
Frist:
18. November 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Renovation ship deck D/S Hestmanden
Vergabestelle:
Vest-Agder-Museet IKS
Vergabenummer:
12024

1. Buyer

1.1 Buyer

Official name : Vest-Agder-Museet IKS
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Renovation ship deck D/S Hestmanden
Description : The objective of the procurement is to replace parts of the ship slab on D/S Hestmanden, which are rotten and no longer function as tyres or barriers to ingress of water on the ship. Furthermore, the procurement aims at carrying out the job in accordance with the antiquarian rules and customs that apply to listed ships such as D/S Hestmanden. The work shall either be carried out at shipyards, or the contracting authority ́s own quay in Kristiansand can be used. Parallel tenders can be submitted for both parts, cf. point 3.12. For further information on the contents of the procurement, please refer to part II Annex 1 with sub-annex.
Procedure identifier : 9ec5d811-c96b-499e-a2c2-c04ff2c1aa44
Internal identifier : 12024
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement will be made in accordance with the current Law 17 June 2016 no. 73 on public procurements (LOA) and the regulations 12 August 2016 no. 974 on public procurements (FOA) parts I and III. The procurement will be carried out as an open, cf. the Public Procurement Regulations § 13-1 (1). This procedure gives all interested tenderers the possibility to submit tender offers. Negotiations cannot be made. Tenders cannot, therefore, be changed after the tender deadline has expired.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50241000 Repair and maintenance services of ships
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
Additional classification ( cpv ): 50240000 Repair, maintenance and associated services related to marine and other equipment
Additional classification ( cpv ): 50241100 Vessel repair services
Additional classification ( cpv ): 50244000 Reconditioning services of ships or boats

2.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : Only within Norway, Sweden or Denmark

2.1.3 Value

Estimated value excluding VAT : 3 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Renovation ship deck D/S Hestmanden
Description : The objective of the procurement is to replace parts of the ship slab on D/S Hestmanden, which are rotten and no longer function as tyres or barriers to ingress of water on the ship. Furthermore, the procurement aims at carrying out the job in accordance with the antiquarian rules and customs that apply to listed ships such as D/S Hestmanden. The work shall either be carried out at shipyards, or the contracting authority ́s own quay in Kristiansand can be used. Parallel tenders can be submitted for both parts, cf. point 3.12. For further information on the contents of the procurement, please refer to part II Annex 1 with sub-annex.
Internal identifier : 12024

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50241000 Repair and maintenance services of ships
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
Additional classification ( cpv ): 50240000 Repair, maintenance and associated services related to marine and other equipment
Additional classification ( cpv ): 50241100 Vessel repair services
Additional classification ( cpv ): 50244000 Reconditioning services of ships or boats

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : Only within Norway, Sweden or Denmark

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 3 500 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate, not older than six months. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Credit rating B is normally sufficient - credit worthy with security.* Tenderers must have positive equity. Documentation requirement: • A credit rating from a certified credit rating company based on the last known accounting figures. The key figures in the accounts must be presented together with an assessment of the tenderer's payment experience. • The contracting authority reserves the right to request the last available quarterly accounts with balance sheets. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. *Credit rating of grade B, the vehicle is normally adequately assessed. However, the builder reserves the right to carry out a concrete overall assessment of each tenderer ́s economic and financial situation.
Criterion : Technicians or technical bodies for quality control
Description : Tenderers shall be able to document sufficient professional capacity and competence within renovation/restoration in accordance with antiquarian reconditioning. Documentation requirement: • Description of the company's manpower and organisation with regard to deliveries in accordance with the contract requirements. • A description of the tenderer's number of qualified personnel the tenderer has at their disposal to fulfil the contract, including personnel with a certificate of apprenticeship within the relevant discipline.
Criterion : References on specified works
Description : Tenderers shall have experience with the execution of comparable contracts. Documentation requirement: A list with an overview of the three most relevant assignments in the last 5 years. The list shall as a minimum contain: • The name of the customer/contracting authority. • Brief description of the delivery, • Date of the delivery, • Contract value and scope, • A gender neutral preferred for each delivery, as well as a telephone number and email address. The contracting authority reserves the right to contact the listed references in order to verify the extent and quality. It is the tenderer ́s responsibility to document relevance through the description. Equivalent assignments include deliveries of an equivalent nature to entities of an equivalent size and complexity. Tenderers can use Annex 5 as their template.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers are required to have a well-functioning quality assurance system, or are certified for quality assurance. Documentation requirement: Tenderers are required to have a well-functioning quality assurance system, or are certified for quality assurance.
Criterion : Environmental management measures
Description : Tenderers are required to have a well-functioning environmental management system, or are certified for environmental management. Documentation: Tenderers shall document an environmental management system which as a minimum consists of routines for safeguarding the following elements: a) The company's environmental targets and environmental policy. b) Strategy in the environmental area c) Provision of services in an environmentally responsible manner, e.g. waste sorting and transport. A self-declaration can be enclosed that describes how the routines are carried out and how it functions. If routines are described in the company's quality or environmental management system in accordance with Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system, it is sufficient to enclose a valid certificate.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Competence and experience of offered personnel.
Description : See the tender documentation
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Implementation and progress plan
Description : See the tender documentation
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Deadline for requesting additional information : 07/11/2025 11:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Description of the financial guarantee : Securities 10% of the contract sum, cf. NS8405
Deadline for receipt of tenders : 18/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : N/A
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation chapter 4, particular contract terms, as well as the contract part II_Kontraktsformular, chapter 16.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder tingrett
Information about review deadlines : The waiting period is 10 days calculated from the day after the award of contract award.

8. Organisations

8.1 ORG-0001

Official name : Vest-Agder-Museet IKS
Registration number : 989072048
Department : Vest-Agder-Museet IKS
Postal address : Kjøita 40
Town : Kristiansand
Postcode : 4630
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Håkon Farstad
Telephone : +47 45257595
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926723480
Town : Kristiansand
Postcode : 4551
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 587b53eb-11a3-4454-99fc-557647e699c1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/10/2025 11:54 +00:00
Notice dispatch date (eSender) : 08/10/2025 12:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00663381-2025
OJ S issue number : 194/2025
Publication date : 09/10/2025