Rossevann VV - E01- Ground work, basement and submarine pipeline (NS 8406)

Kristiansand municipality c/o the Engineering Services invites tenderers to an open tender contest for the procurement of ground works with blasting and filling in the sea, basement floor and intake pipelines sea at Rossevann WaterWorks, hereafter called E01. This competition is only for E01. The starting point for the project …

CPV: 44161400 Underwater pipeline, 44162500 Drinking-water piping, 45000000 Construction work, 45100000 Site preparation work, 45200000 Works for complete or part construction and civil engineering work, 45213000 Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport, 45231300 Construction work for water and sewage pipelines, 45232152 Pumping station construction work, 45240000 Construction work for water projects, 45262300 Concrete work
Deadline:
Aug. 22, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Rossevann VV - E01- Ground work, basement and submarine pipeline (NS 8406)
Awarding body:
KRISTIANSAND KOMMUNE
Award number:
2025011674

1. Buyer

1.1 Buyer

Official name : KRISTIANSAND KOMMUNE
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Rossevann VV - E01- Ground work, basement and submarine pipeline (NS 8406)
Description : Kristiansand municipality c/o the Engineering Services invites tenderers to an open tender contest for the procurement of ground works with blasting and filling in the sea, basement floor and intake pipelines sea at Rossevann WaterWorks, hereafter called E01. This competition is only for E01. The starting point for the project is new intake pipelines and raw water pumps for Rossevann waterworks. The competition is the first of three execution centre prices, which shall culminate in a new building with pumps and equipment to increase the capacity of Rossevann Vannverk.For the contract division, see the tender documentation.
Procedure identifier : 2177cdc9-dedd-415e-b124-09d834d8d55c
Internal identifier : 2025011674
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Enterprise E01 has a somewhat pressed progress plan due to the hurdling period and limitations on noisy work as this entails. The contracting authority therefore expects that the chosen tenderer will be able to start work by 01.10.2025 at the latest. Further details on the progress plan can be found in the tender documentation. Key figures: Blasting of approx. 3,000 m3 rock Construction of the basement under water level of approx. 9 x 9 m and approx. 10 m high Laying of approx. 510 m submarine pipeline where 400 m is 710mm Excavation of deep trench string outer environment requirementIt will be held joint site inspections for interested suppliers Tuesday 24 April 2017. 10.00-11.00.Questions ongoing during the inspection must be answered in a plenary. All questions that cannot be continually answered will be noted and answered in writing. Tenderers are asked to register their interest (under the communication tab in Mercell), no later than 23.06.2025, if they would like to participate in the site inspection. All public permits and landowner contracts are subject to existing and that financing of the project is in place before a contract can be signed. See the annex for further details on the work to be carried out.

2.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 44161400 Underwater pipeline
Additional classification ( cpv ): 44162500 Drinking-water piping
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45213000 Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45232152 Pumping station construction work
Additional classification ( cpv ): 45240000 Construction work for water projects
Additional classification ( cpv ): 45262300 Concrete work

2.1.2 Place of performance

Town : Kristiansand
Postcode : 4622
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 21 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - The procedure has been chosen with legal basis in the Utilities Regulations §1-5 first section. The procurement is directly connected to activities where the objective is to provide drinking water.

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 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 : Rossevann VV - E01- Ground work, basement and submarine pipeline (NS 8406)
Description : Kristiansand municipality c/o the Engineering Services invites tenderers to an open tender contest for the procurement of ground works with blasting and filling in the sea, basement floor and intake pipelines sea at Rossevann WaterWorks, hereafter called E01. This competition is only for E01. The starting point for the project is new intake pipelines and raw water pumps for Rossevann waterworks. The competition is the first of three execution centre prices, which shall culminate in a new building with pumps and equipment to increase the capacity of Rossevann Vannverk.For the contract division, see the tender documentation.
Internal identifier : 2025011674

5.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 44161400 Underwater pipeline
Additional classification ( cpv ): 44162500 Drinking-water piping
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45213000 Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45232152 Pumping station construction work
Additional classification ( cpv ): 45240000 Construction work for water projects
Additional classification ( cpv ): 45262300 Concrete work

5.1.2 Place of performance

Town : Kristiansand
Postcode : 4622
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 21/09/2025
Duration end date : 31/05/2026

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Extension only applicable if influences outside the tenderer ́s control lead to delays.

5.1.5 Value

Estimated value excluding VAT : 21 000 000 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation: Norwegian companies shall enclose a Company Registration Certificate. Foreign companies shall enclose proof that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established. The certificates must not be more than six months old.
Criterion : Average yearly turnover
Description : Economic and financial capacity The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contractual obligations. Requirement for the size of the annual turnover, seen in relation to the contract value is set at NOK 30 million excluding VAT. The contracting authority will obtain a credit rating of the tenderer. Tenderers may, in addition, be asked to submit auditor confirmed annual accounts, alternatively, state Startbank ID. If the tenderer has a justifiable reason for not submitting the documentation required by the Contracting Authority, he can document his economic, financial capacity and organisational position by presenting any other document that the Contracting Authority deems suitable.
Criterion : Measures for ensuring quality
Description : Requirement: The tenderer shall have sufficient experience from assignments with comparative value; hereunder ground work in comparable complexity (e.g. blasting of shafts, filling in lake), erection of waterproof structures in concrete and diving work with submarine pipelines of a dimension greater than 100mm. Tenderers must be able to refer to all types of assignments in order to qualify. Documentation: Completed Annex 11 - Reference Project Form with the tenderer's description of up to three (3) assignments with the greatest transferable value in the last five (5) years. Each assignment does not need to include all types of assignments in the qualification requirement, but must do so in total. It is the tenderer ́s responsibility through the description to document that the assignment is of relevance for the assignment that shall be carried out in this competition. The contracting authority reserves the right to contact the references in order to verify these.
Criterion : Measures for ensuring quality
Description : Requirement: If a tenderer refers to documentation from sub-suppliers to document fulfilment of the requirements for technical and professional qualifications, in addition to the documentation that the qualification requirement is fulfilled, a commitment statement or other documentation from the sub-supplier must be presented that shows that the tenderer can use the offered resources. Please note that if the tenderer relies on other organisations to fulfil the requirements for technical and professional qualifications, these entities shall carry out the work that requires such qualifications. Documented by: A signed commitment statement from the relevant sub-supplier(s), or other documentation from the sub-suppliers that shows that the tenderer can use the offered resources. Annex 06 - Commitment Statement can be used if relevant.
Criterion : Measures for ensuring quality
Description : Requirement: Tenderers are required to have a quality assurance system/quality management system. Documentation: A statement regarding the company's quality assurance system/quality management system or a copy of the system certificate issued by accredited certification bodies.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Requirement: Tenderers are required to have a good and well-functioning environmental management system. Documented by: A description of the Tenderer's own system and procedures (environmental management measures) or by presenting a copy of relevant environmental certificates/environmental standards such as ISO 14001, EMAS, Miljøfyrtårn (Eco-Lighthouse) or equivalent.

5.1.10 Award criteria

Criterion :
Type : Price
Name : PRICE
Description : Evaluated based on the submitted prices for all the items specified in Annex 01 - Assignment Description in accordance with NS 3420.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : COMPETENCE
Description : Tenderers shall offer a work team consisting of three (3) named persons who shall be responsible for project management and execution of the assignment. The team shall jointly cover the following key roles: Site manager ground work BAS concrete work Diving Manager
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : IMPLEMENTATION PLAN
Description : A general implementation plan shall be submitted for the project. This shall be designed as a separate short written annex in text and picture format. We would like that the plan does not exceed 2-3 pages A4 format standing.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : ENVIRONMENT
Description : Tenderers shall document how climate and environmental considerations are taken care of in the project E01, with particular focus on: Efficient and environmentally friendly mass handling Competence and plan for the outer environment. Sub-criteria 1: Mass handling (70%) Documentation requirement: Completed "Annex 13 - Template Mass Handling" Mass handling plan for the project. Tenderers are free to use this in their formulation. Sub-criteria 2: Outer environment (30%) Documentation requirement: List of employees and their relevant environmental competence towards this project. The offered employees shall be used during the execution of the contract. Tenderers shall provide a task comprehension of the project ́s focus areas on the outer environment (YM). The response shall show a good understanding of the project ́s YM requirements and challenges.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 12/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256379427.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 22/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 22/08/2025 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 : See the tender documentation and annexes.
Electronic invoicing : Required
Electronic payment will be used : yes
Financial arrangement : See Annex 03 - Special Contract Terms (NS 8406)

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 : 10 Day waiting period after notification of contract award.
Organisation providing additional information about the procurement procedure : KRISTIANSAND KOMMUNE -
Organisation receiving requests to participate : KRISTIANSAND KOMMUNE -
Organisation processing tenders : KRISTIANSAND KOMMUNE -

8. Organisations

8.1 ORG-0001

Official name : KRISTIANSAND KOMMUNE
Registration number : 820852982
Postal address : Postboks 1044
Town : SØGNE
Postcode : 4682
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Markus Vesterhus-Tvedt
Telephone : 48203852
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
Department : Kristiansand Kommune
Postal address : Tollbodgata 45
Town : KRISTIANSAND S
Postcode : 4614
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 5be3abed-1367-42c9-b43c-6ad076f3ef9e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/06/2025 13:09 +00:00
Notice dispatch date (eSender) : 18/06/2025 07:16 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00397056-2025
OJ S issue number : 116/2025
Publication date : 19/06/2025