Ferry terminal Kristiansand – Development of land infrastructure, prequalification

The objective of the procurement is to enter into a contract for contractor services for the development/alteration of land areas with the accompanying infrastructure in The Port of Kristiansand – the Ferry Terminal. This includes surface water installations, lighting, trench for cable conduits and asphalting. Further information is in the …

CPV: 45000000 Construction work, 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork, 45232000 Ancillary works for pipelines and cables, 45233000 Construction, foundation and surface works for highways, roads
Place of execution:
Ferry terminal Kristiansand – Development of land infrastructure, prequalification
Awarding body:
Kristiansand Havn IKS
Award number:
002

1. Buyer

1.1 Buyer

Official name : Kristiansand Havn IKS
Activity of the contracting entity : Port-related activities

2. Procedure

2.1 Procedure

Title : Ferry terminal Kristiansand – Development of land infrastructure, prequalification
Description : The objective of the procurement is to enter into a contract for contractor services for the development/alteration of land areas with the accompanying infrastructure in The Port of Kristiansand – the Ferry Terminal. This includes surface water installations, lighting, trench for cable conduits and asphalting. Further information is in the attached documents.
Procedure identifier : 3e960f6a-353a-427d-ae09-8b0d91381954
Internal identifier : 002
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 objective of the procurement is to enter into a contract for contractor services for the development/alteration of land areas with the accompanying infrastructure in The Port of Kristiansand – the Ferry Terminal. This includes surface water installations, lighting, trench for cable conduits and asphalting. Further information is in the attached documents. A site inspection is scheduled for September 2, 2025, at 10:00 AM. Meeting point: The terminal building, Havnegata 47, 4611 Kristiansand.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads

2.1.2 Place of performance

Postal address : Havnegata 85
Town : Kristiansand
Postcode : 4611
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : The ferry terminal, Kristiansand Port.

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - The procurement will be carried out in accordance with the Public Procurement Act, 17 June 2016. (LOA) and regulations on procurement rules in the supply sectors (the supply regulations) part II, above the EEA threshold. (FF) of 12.08.2016, with the revision of 14.03.2024.

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?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
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.
Assets being administered by liquidator : 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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Ferry terminal Kristiansand – Development of land infrastructure, prequalification
Description : The objective of the procurement is to enter into a contract for contractor services for the development/alteration of land areas with the accompanying infrastructure in The Port of Kristiansand – the Ferry Terminal. This includes surface water installations, lighting, trench for cable conduits and asphalting. Further information is in the attached documents.
Internal identifier : 002

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads

5.1.2 Place of performance

Postal address : Havnegata 85
Town : Kristiansand
Postcode : 4611
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : The ferry terminal, Kristiansand Port.

5.1.3 Estimated duration

Start date : 19/10/2025
Duration end date : 20/11/2026

5.1.4 Renewal

Maximum renewals : 0

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) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 1
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 2
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 3
Criterion : References on specified works
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration. Minimum qualification requirements
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 4
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 5
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 6
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 7
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 0
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The tenderer ́s tender sum. See the tender documentation for more details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Climate and environment
Description : Climate gas emissions from key materials. See the tender documentation for more details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Relevant assignments, references and CVs for key personnel. See the tender documentation for more details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 08/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260255563.aspx
Ad hoc communication channel :
Name : Mercell

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 15/08/2025 10:00 +00:00
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 : This is described in the tender documents.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic payment will be used : yes
Financial arrangement : This is described in the tender documents.

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 notification was sent to the tenderers.
Organisation providing additional information about the procurement procedure : Kristiansand Havn IKS
Organisation receiving requests to participate : Kristiansand Havn IKS
Organisation processing tenders : Kristiansand Havn IKS

8. Organisations

8.1 ORG-0001

Official name : Kristiansand Havn IKS
Registration number : 926180711
Postal address : Gravane 4
Town : KRISTIANSAND S
Postcode : 4610
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Håvar Birkeland Stormoen
Telephone : 91655834
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Agder Tingrett
Registration number : 926723480
Postal address : Tollbodgata 45
Town : Kristiansand
Postcode : 4614
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 6401abb1-cc5e-4fcc-a1e7-f4aec9904c14 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/06/2025 10:31 +00:00
Notice dispatch date (eSender) : 26/06/2025 10:54 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00416439-2025
OJ S issue number : 121/2025
Publication date : 27/06/2025