Instrumentation of the vessel Innovator

The instrument package included in this procurement shall be installed on the vessel 'Innovator'. An integration platform shall be procured for navigation and mapping, including a map system, radar, AIS, power log, multi beam shutter, autopilot, as well as an option to connect to a camera. The instrument package included …

CPV: 30231000 Computer screens and consoles, 34930000 Marine equipment, 34932000 Radar sets, 34933000 Navigation equipment, 38114000 Echo sounders
Deadline:
Aug. 26, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Instrumentation of the vessel Innovator
Awarding body:
NTNU
Award number:
ANSK-25-0175

1. Buyer

1.1 Buyer

Official name : NTNU
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Instrumentation of the vessel Innovator
Description : The instrument package included in this procurement shall be installed on the vessel 'Innovator'. An integration platform shall be procured for navigation and mapping, including a map system, radar, AIS, power log, multi beam shutter, autopilot, as well as an option to connect to a camera.
Procedure identifier : 8e17c600-afce-45c5-a556-ca759e5d6ed3
Internal identifier : ANSK-25-0175
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34930000 Marine equipment
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 34932000 Radar sets
Additional classification ( cpv ): 34933000 Navigation equipment
Additional classification ( cpv ): 38114000 Echo sounders

2.1.2 Place of performance

Postal address : Larsgårdsvegen 2
Town : Ålesund
Postcode : 6009
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 2 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : 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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
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 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?
Business activities are suspended : 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.
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 : Instrumentation of the vessel Innovator
Description : The instrument package included in this procurement shall be installed on the vessel 'Innovator'. An integration platform shall be procured for navigation and mapping, including a map system, radar, AIS, power log, multi beam shutter, autopilot, as well as an option to connect to a camera.
Internal identifier : ANSK-25-0175

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34930000 Marine equipment
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 34932000 Radar sets
Additional classification ( cpv ): 34933000 Navigation equipment
Additional classification ( cpv ): 38114000 Echo sounders

5.1.2 Place of performance

Postal address : Larsgårdsvegen 2
Town : Ålesund
Postcode : 6009
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 3 Month

5.1.5 Value

Estimated value excluding VAT : 2 500 000 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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Requirement: Tenderers shall be registered in a company register, professional register or a trade register in the country where the tenderer is established. Documentation requirement: Norwegian companies: e Proof or Company Registration Certificate/Foreign companies: Proof that the company 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 : Requirement: Tenderers shall be credit worthy without a requirement for security. Documentation requirement: Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service.
Criterion : Environmental management measures
Description : Requirement: Tenderers shall have a well-functioning environmental management system. Documentation requirement: Proof of certification in accordance with the standard national/international environmental management/management system. Or an account of equivalent quality management/measures in the company.
Criterion : Measures for ensuring quality
Description : Requirement: Tenderers shall have a well-functioning quality management system. Documentation requirement: Proof of certification in accordance with the national/international quality management/management system standard. Or an account of equivalent environmental management/measures in the company.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price evaluation
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Quality
Description : Evaluation of the quality responses.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 45
Criterion :
Type : Quality
Name : Environment
Description : Evaluation of responses to the environment.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30

5.1.11 Procurement documents

Deadline for requesting additional information : 18/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=65265

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian, English
Electronic catalogue : Allowed
Deadline for receipt of tenders : 26/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 26/08/2025 10:01 +00:00
Place : Trondheim
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
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 : Trøndelag Tingrett
Information about review deadlines : The waiting period is ten days after the tenderer has been chosen.
Organisation providing more information on the review procedures : NTNU

8. Organisations

8.1 ORG-0001

Official name : NTNU
Registration number : 974767880
Department : Seksjon for anskaffelser og innkjøp
Postal address : Høyskoleringen 1
Town : Trondheim
Postcode : 7491
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Anders Stensås
Telephone : 47 73 59 80 80
Internet address : http://www.ntnu.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Trøndelag Tingrett
Registration number : 926 722 794
Postal address : Postboks 2317 Torgarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73 54 24 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 6fb43f4b-1453-47fc-b9d0-c7725c267082 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/07/2025 10:44 +00:00
Notice dispatch date (eSender) : 10/07/2025 10:57 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00453720-2025
OJ S issue number : 131/2025
Publication date : 11/07/2025