Procurement of Operation Contract at Frier Vest Terminal

The Client seeks to enter into an Operation Contract and establish a strategic partnership with an Operator for the operation of the Frier Vest Terminal. The Operation Contract is a concession contract, which involves transfer of the operating risk to the Operator, who pays remuneration to the Client for exploiting …

CPV: 63721200 Port operation services, 63721000 Port and waterway operation services and associated services
Deadline:
Oct. 8, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Procurement of Operation Contract at Frier Vest Terminal
Awarding body:
Grenland Havn IKS
Award number:
1

1. Buyer

1.1 Buyer

Official name : Grenland Havn IKS
Legal type of the buyer : Public undertaking
The buyer is a contracting entity
Activity of the contracting entity : Port-related activities

2. Procedure

2.1 Procedure

Title : Procurement of Operation Contract at Frier Vest Terminal
Description : The Client seeks to enter into an Operation Contract and establish a strategic partnership with an Operator for the operation of the Frier Vest Terminal. The Operation Contract is a concession contract, which involves transfer of the operating risk to the Operator, who pays remuneration to the Client for exploiting the services covered by the Operation Contract.The Frier Vest Terminal is under construction, and the construction work is planned to be completed in November 2026. The Frier Vest Terminal will be the Port of Grenland's new container terminal, and thus the container operations will be moved from the Brevik Terminal to the Frier Vest Terminal. The operation is planned to start at Frier Vest Terminal on December 1st, 2026. The Port of Grenland seeks a partner to operate the new container terminal and further develop the terminal in close collaboration with the Client.
Procedure identifier : a02d11d8-8c41-4dfb-bfb7-b7c8e885b6e5
Internal identifier : 1
Type of procedure : Open
Main features of the procedure : The procurement is carried out as a competition with negotiations in one step following a prior announcement in accordance with KON parts I and II. This procedure gives all interested suppliers the opportunity to submit a tender in the competition.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63721200 Port operation services
Additional classification ( cpv ): 63721000 Port and waterway operation services and associated services

2.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 2 500 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/23/EU
Konsesjonskontraktforskriften - The procurement process is carried out in accordance with Act of 17 June 2016 no. 73 on public procurement (hereby "LOA") and the Regulations of 12 August 2016 no. 976 on the award of concession contracts (hereby "KON"). The procurement is carried out as a competition with negotiations in one step following a prior announcement in accordance with KON parts I and II.

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?
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 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?
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 : Procurement of Operation Contract at Frier Vest Terminal
Description : The Client seeks to enter into an Operation Contract and establish a strategic partnership with an Operator for the operation of the Frier Vest Terminal. The Operation Contract is a concession contract, which involves transfer of the operating risk to the Operator, who pays remuneration to the Client for exploiting the services covered by the Operation Contract.The Frier Vest Terminal is under construction, and the construction work is planned to be completed in November 2026. The Frier Vest Terminal will be the Port of Grenland's new container terminal, and thus the container operations will be moved from the Brevik Terminal to the Frier Vest Terminal. The operation is planned to start at Frier Vest Terminal on December 1st, 2026. The Port of Grenland seeks a partner to operate the new container terminal and further develop the terminal in close collaboration with the Client.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63721200 Port operation services
Additional classification ( cpv ): 63721000 Port and waterway operation services and associated services

5.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2041

5.1.5 Value

Estimated value excluding VAT : 2 500 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Organizational and Legal Position QUALIFICATION REQUIREMENT: The supplier shall be a legally established company. DOCUMENTATION REQUIREMENT: For Norwegian suppliers: • Company certificate of registration. For Norwegian suppliers, the contracting authority obtains a company certificate from the Brønnøysund Register Centre. The Norwegian suppliers must therefore not submit a company certificate. For foreign suppliers: Confirmation that the supplier is registered in a trade register or a register of business enterprise in accordance with the laws of the state where the supplier is established.
Criterion : Other economic or financial requirements
Description : Financial and Economic Capacity QUALIFICATION REQUIREMENT: The supplier shall have sufficient financial and economic capacity, including solvency and equity, to be able to fulfil the contract. The Client will evaluate financial capacity in relation to the contract's scope and nature. DOCUMENTATION REQUIREMENT: The supplier's annual accounts including notes with the directors' report and auditor's report from the last 3 years. If the annual accounts for the previous year have not been finalised by the expiry of the tender deadline for this request for tender, the preliminary annual accounts for the previous year shall be attached in addition. The contracting authority reserves the right to obtain a credit rating from Experian. For Norwegian suppliers, the contracting authority obtains revised annual accounts from the Brønnøysund Register Centre. Norwegian suppliers must therefore not submit revised annual accounts. If standard documentation cannot be provided, alternative evidence may be submitted for approval.
Criterion : Other economic or financial requirements
Description : Tax certificate QUALIFICATION REQUIREMENT: The supplier shall fulfil obligations related to the payment of taxes, VAT or similar payments under the laws of Norway or the relevant State in which the supplier is established. DOCUMENTATION REQUIREMENT: A tax certificate, no older than six months calculated from the deadline for delivery of the request to participate. A tax certificate shall be understood as: For Norwegian suppliers: • A certificate for tax and value added tax, issued by the tax collector's office For foreign suppliers: • Foreign suppliers must have corresponding certificates from their authorities documenting that they have complied with the rules and regulations related to taxes, VAT, fees, duties etc. If the authorities do not issue applicable certificates, the suppliers shall submit a statement confirming that all such taxes have been paid. The statement shall be confirmed and signed by the supplier's chief financial officer and auditor.
Criterion : References on specified works
Description : Technical and Professional Qualifications QUALIFICATION REQUIREMENT: The supplier shall have good experience from performance of similar and related contracts. DOCUMENTATION REQUIREMENT: The supplier shall submit a list of all relevant contracts performed during the last 5 years in accordance with the information listed below: • Short description of the work performed under the relevant contract, including the name of the purchasing company/contractor • Time for performance of the contract. • The economic value of the contract scope. The template in Appendix 3 Reference description may be used.
Criterion : Measures for ensuring quality
Description : Health, environment and safety work system QUALIFICATION REQUIREMENT: The supplier must have a documented HSE system. DOCUMENTATION REQUIREMENT: The supplier must submit the table of contents on its HSE-system, and it must appear from this and any additional description that the system will meet the requirements in the Internal Control Regulation.
Criterion : Measures for ensuring quality
Description : Quality Assurance Standards QUALIFICATION REQUIREMENT: The supplier must have a documented quality management system suitable for the contract. DOCUMENTATION REQUIREMENT: A description of the supplier's methods for quality assurance. If the supplier is certified in accordance with ISO 9001 or equivalent quality management system certification, it is sufficient to submit a copy of a valid certificate.
Criterion : Environmental management measures
Description : Environmental Management Standards QUALIFICATION REQUIREMENT: The supplier must have a documented environmental management system suitable for the contract. DOCUMENTATION REQUIREMENT: A description of the supplier's environmental management system. If the supplier is certified in accordance with ISO 14001 or equivalent environmental management system certification, it is sufficient to submit a copy of a valid certificate.

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Offered Operation
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Offered Organization
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 : 24/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/264108957.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, English
Variants : Not allowed
Deadline for receipt of tenders : 08/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 175 Day
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.16 Further information, mediation and review

Review organisation : Nedre Telemark tingrett
Information about review deadlines : Waiting period: 10 days after the award of contract.
Organisation providing additional information about the procurement procedure : Grenland Havn IKS
Organisation providing offline access to the procurement documents : Inventura AS

8. Organisations

8.1 ORG-0001

Official name : Inventura AS
Registration number : 983351417
Postal address : Solheimsgaten 15
Town : Bergen
Postcode : 5058
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Martin Hagen
Telephone : +47 55134480
Internet address : https://www.inventura.no
Roles of this organisation :
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Grenland Havn IKS
Registration number : 970940510
Town : Porsgrunn
Postcode : 4001
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Telephone : 35 93 10 00
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0003

Official name : Nedre Telemark tingrett
Registration number : 935 365 139
Town : Skien
Postcode : 4003
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : e960cce6-21de-4a74-83c6-d5594acec291 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/08/2025 17:13 +00:00
Notice dispatch date (eSender) : 28/08/2025 06:27 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00563398-2025
OJ S issue number : 165/2025
Publication date : 29/08/2025