Prequalification - Expansion Bergneset port E3

The contract is for the establishment of a quay with frameworkd piles with mooring points, construction of quays, conveying technical infrastructure, ISPS securing filling in and development of back areas. The contract is for the establishment of a quay with frameworkd piles with mooring points, construction of quays, conveying technical …

CPV: 45241000 Harbour construction works, 45210000 Building construction work
Place of execution:
Prequalification - Expansion Bergneset port E3
Awarding body:
Balsfjord kommune
Award number:
24/1825

1. Buyer

1.1 Buyer

Official name : Balsfjord kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Prequalification - Expansion Bergneset port E3
Description : The contract is for the establishment of a quay with frameworkd piles with mooring points, construction of quays, conveying technical infrastructure, ISPS securing filling in and development of back areas.
Procedure identifier : fb2b7b65-4b55-4acd-a840-51c732f36b6b
Previous notice : 114108-2025
Internal identifier : 24/1825
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 area is filled in and reinforced in the previous contract (Contract 1). Piles shall be framed through blasted stone filling and chiselled into rock. The quay is a concrete construction and can be built with a combination of cast-on-site and prefabricated elements. Element solutions shall be approved in the tender phase and the Builder's consultant shall design the elements. Mooring brackets on land shall be executed as cast-on-site friction pulses. As selection and extent of elements will affect the builder ́s costs for engineering design, stipulated costs connected to element engineering will be added to the evaluation. Also refer to the tender documentation in this notice, where the assignment is thoroughly described.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45241000 Harbour construction works
Additional classification ( cpv ): 45210000 Building construction work

2.1.2 Place of performance

Postal address : Bergneset
Town : Storsteinnes
Postcode : 9050
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information : New quay area with associated facilities as described in the tender documentation and annexes.

2.1.3 Value

Estimated value excluding VAT : 94 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA). and the public procurement regulations (FOA) FOR 2016-08-12-974. parts I and part III. The contract will be awarded in accordance with the negotiated procedure in accordance with prior notice, cf. § 13-1(2).

2.1.6 Grounds for exclusion

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

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Prequalification - Expansion Bergneset port E3
Description : The contract is for the establishment of a quay with frameworkd piles with mooring points, construction of quays, conveying technical infrastructure, ISPS securing filling in and development of back areas.
Internal identifier : 24/1825

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45241000 Harbour construction works
Additional classification ( cpv ): 45210000 Building construction work

5.1.2 Place of performance

Postal address : Bergneset
Town : Storsteinnes
Postcode : 9050
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information : New quay area with associated facilities as described in the tender documentation and annexes.

5.1.3 Estimated duration

Duration : 15 Month

5.1.5 Value

Estimated value excluding VAT : 94 000 000 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) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

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.
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.
Criterion : Average yearly turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows: Minimum qualification requirements 3 years
Criterion : Professional risk indemnity insurance
Description : The insured amount in the tenderer ́s liability insurance is the following: Minimum qualification requirements
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Tender Sum
Description : • Under this the criteria will be assessed: - Price including options ________________________________________________________ - A total price excluding VAT shall be given for the assignment. Lowest price gives the highest score - Annex C1 - The builder ́s stipulated cost for engineering design of the tenderer's element system will be added to the evaluation sum
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Exercise comprehension
Description : • Tenderers shall. preparing a assignment comprehension for the work. • Site implementation o Understanding of work at sea, including implementation of piling and braiding of piles, describe the order of concrete work for the quay construction. The description shall be project specific and reflect the specific project. o Management of sub-suppliers o Quality assurance and document management. o Documentation of completed work. o Project and risk management o Safeguarding HSE in the work • Concrete elements o Tenderers shall describe which parts of the quay that are planned to be element produced. o Tenderers shall describe the planned design. Items. Elements design requirements is given in document 10253947-01-RIB-RAP100. o Tenderers shall enclose principle drawings of elements and joins of Items. o Tenderers shall state whether elements shall be lifted from land or from sea(vessels). • Challenges and risks in the project o Tenderers shall give a description of what they themselves consider the greatest challenges and the risks in the project and how these shall be dealt with. • Resources (crew and machines/equipment) o Organisation chart with company name, person name, function and job fraction in Project. o Presence of key personnel at the construction site throughout the entire the execution phase shall be stated and the organisation chart should clearly show which other projects that seize Capacity. o The organisation chart should clearly show sub-suppliers with disciplines if sub-suppliers/contractors be used in the implementation of the assignment. o Description of equipment, machines or other production equipment for the execution of this contract. • Schedule that at a minimum specifies the duration for: o Time from start-up to all piles cast out. o Time from the start-up until the quay is completed. o Time from start-up to the ISPS-fence with the accompanying gates are completed. o Time from start-up to completion (total construction time) The schedule should be such that it can be moved based on the changed start-up date. The description shall not be more than seven A4 pages (approx. 2,800 words), exclusive pictures, drawings and illustrations (maximum 5 A4 pages for the latter). Description beyond this, not be evaluated.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/11/2025 09:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/267814022.aspx

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
Description of the financial guarantee : Tenderers shall substantiate their financial capacity to carry out the assignment.
Deadline for receipt of requests to participate : 13/11/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : 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

Mediation organisation : Nord-Troms og Senja tingrett
Review organisation : Nord-Troms og Senja tingrett
Information about review deadlines : The waiting period will be determined and published after the completed evaluation.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Nord-Troms og Senja tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Nord-Troms og Senja tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Nord-Troms og Senja tingrett
Organisation providing additional information about the procurement procedure : Balsfjord kommune
Organisation providing offline access to the procurement documents : Balsfjord kommune
Organisation providing more information on the review procedures : Balsfjord kommune
Organisation receiving requests to participate : Balsfjord kommune
Organisation processing tenders : Balsfjord kommune

8. Organisations

8.1 ORG-0001

Official name : Balsfjord kommune
Registration number : 940208580
Postal address : Rådhusgata 11
Town : STORSTEINNES
Postcode : 9050
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Contact point : Svein Kristian Pettersen
Telephone : +47 77722000
Fax : +47 77722001
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Nord-Troms og Senja tingrett
Registration number : 926 723 022
Department : Tromsø
Town : Tromsø
Postcode : 9270
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Telephone : 77603400
Roles of this organisation :
Review organisation
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

Notice information

Notice identifier/version : 535b5d0a-ffaa-4b35-aec7-ecf736b59056 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/10/2025 05:54 +00:00
Notice dispatch date (eSender) : 14/10/2025 07:27 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00678510-2025
OJ S issue number : 198/2025
Publication date : 15/10/2025