Operation of the boat routes Espevær-Eidesvik, Austevoll, Reksteren-Våge-Os and Hellesøy-Hernar

The operator shall operate the four boat routes in accordance with the contract. A spare boat shall be available. The operations period is from 01.01.2028 to 31.12.2042. The contract is a gross contract. The operator retains income from goods freight. Further requirements regarding the execution of the assignment, requirements for …

CPV: 60600000 Vesikuljetukset ja vastaavat palvelut, 60000000 Kuljetuspalvelut (jätteen kuljetusta lukuun ottamatta)
Teloituspaikka:
Operation of the boat routes Espevær-Eidesvik, Austevoll, Reksteren-Våge-Os and Hellesøy-Hernar
Myöntävä elin:
Skyss
Myöntämisnumero:
SKYSS/25/17

1. Buyer

1.1 Buyer

Official name : Skyss
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : VESTLAND FYLKESKOMMUNE SKYSS
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Operation of the boat routes Espevær-Eidesvik, Austevoll, Reksteren-Våge-Os and Hellesøy-Hernar
Description : The operator shall operate the four boat routes in accordance with the contract. A spare boat shall be available. The operations period is from 01.01.2028 to 31.12.2042. The contract is a gross contract. The operator retains income from goods freight. Further requirements regarding the execution of the assignment, requirements for vessels, routes, energy and emissions, quays and infrastructure, remuneration and start-up preparations, see the tender documentation.
Procedure identifier : d907d2a1-7597-4052-8bb1-eee091283d73
Internal identifier : SKYSS/25/17
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60600000 Water transport services
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)

2.1.2 Place of performance

Postal address : Espevær-Eidesvik, Rekstern-Våge-Os, Austevoll, Hellesøy-Hernar
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : Operation of four boat routes as stated

2.1.3 Value

Estimated value excluding VAT : 1 140 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Cf. ESPD
Bankruptcy : Cf. ESPD
Corruption : Cf. ESPD
Arrangement with creditors : Cf. ESPD
Participation in a criminal organisation : Cf. ESPD
Agreements with other economic operators aimed at distorting competition : Cf. ESPD
Breaching of obligations in the fields of environmental law : Cf. ESPD
Money laundering or terrorist financing : Cf. ESPD
Fraud : Cf. ESPD
Child labour and other forms of trafficking in human beings : Cf. ESPD
Insolvency : Cf. ESPD
Breaching of obligations in the fields of labour law : Cf. ESPD
Assets being administered by liquidator : Cf. ESPD
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Cf. ESPD
Conflict of interest due to its participation in the procurement procedure : Cf. ESPD
Direct or indirect involvement in the preparation of this procurement procedure : Cf. ESPD
Guilty of grave professional misconduct : Cf. ESPD
Early termination, damages or other comparable sanctions : Cf. ESPD
Breaching of obligations in the fields of social law : Cf. ESPD
Payment of social security contributions : Cf. ESPD
Business activities are suspended : Cf. ESPD
Payment of taxes : Cf. ESPD
Terrorist offences or offences linked to terrorist activities : Cf. ESPD

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Operation of the boat routes Espevær-Eidesvik, Austevoll, Reksteren-Våge-Os and Hellesøy-Hernar
Description : The operator shall operate the four boat routes in accordance with the contract. A spare boat shall be available. The operations period is from 01.01.2028 to 31.12.2042. The contract is a gross contract. The operator retains income from goods freight. Further requirements regarding the execution of the assignment, requirements for vessels, routes, energy and emissions, quays and infrastructure, remuneration and start-up preparations, see the tender documentation.
Internal identifier : SKYSS/25/17

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60600000 Water transport services
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)

5.1.2 Place of performance

Postal address : Espevær-Eidesvik, Rekstern-Våge-Os, Austevoll, Hellesøy-Hernar
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : Operation of four boat routes as stated

5.1.3 Estimated duration

Start date : 01/01/2028
Duration end date : 31/12/2042

5.1.5 Value

Estimated value excluding VAT : 1 140 000 000 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

5.1.7 Strategic procurement

Approach to reducing environmental impacts : Climate change adaptation
Approach to reducing environmental impacts : Pollution prevention and control
Green Procurement Criteria : National Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Requirements regarding the tenderer's financial and economic position.
Description : Tenderers shall have the financial capacity to fulfil the assignment.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax and VAT certificate and The tenderer ́s organisational and legal position is required.
Description : Tenderers shall have settled conditions with the tax authorities and the tenderer shall be a legally established company.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements regarding the tenderer ́s technical and professional qualifications.
Description : Tenderers must have good competence and experience from the operation of passenger boats or express boats, including experience with the operation of a minimum of 2 passenger vessels or express boats with capacity for more than 12 passengers and longing over 15 metres, where the operation of the two vessels was included in an official scheduled scheduled with public assignments with permanent lift of minimum 2 years and operations involved a minimum of 2 daily departures five days in wicked.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
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 : Price
Description : Tenderers shall submit a completed price form, cf. Annex 7A - Price Form Ark Total. "In-house price" for kvar boat route, the agreed annual doctor decided on the basis of the Contract, and "Samla Tilbodspris for båtruta" publishes the joint basis for the total contract period. The "Samla tender award for the boat route" host summed up for a kvar boat route to "In-house price for all boat routes" included in the evaluation.
Criterion :
Type : Quality
Name : Climate and environmental inspections - reduction in co2 emissions.
Description : Tenderers shall fill in "Tendererd maximum fuel use litres per km", cf. Annex 7A - Price Form Ark Total for kvar boat route. It is not allowed to offer higher fuel use than "Maximum statutory fuel use litres per km". The "Tendered maximum fuel use litres per km" than "Maximum statutory fuel use litres per km", and reduced fuel use and targeting in the evaluation. The "Tendered Maximum Fuel Use" system shall host the order as a percentage and is an expression of a percentage reduction in the CO2 emission. The percentage reduction is described as the difference between 1 and the quotient of Tilbyd ́s maximum fuel use of litres/route kilometres and maximum statutory fuel use litres/km. Tenderers shall also fill in the eingong costs for energy infrastructure, grading and quay adaptation. For 'Infrastructure on quays that the Contracting Authority has facilitated', the tenderer shall benefit Annex 7A - Price Form, Sheet Just grading. The data host transferred to the Price form Ark Nett- og Infrastrukturmodell as a host will be transferred to the Price form Ark Total and included in the Samla Tilbodspris for kvar båtrute. Tenderers shall fill in the sum for any quay adaptations in Annex 7A - Price form Ark Total and the sum is included in the "Samla Tilbodspris for kvar båtrute" ("Samla Tilbodspris for kvar båtrute". Tenderers also need to establish energy infrastructure on quays that the Contracting Authority has not adapted for this. For such cases tenderers shall have a clear price for Network and Infrastructure by utilising Annex 7A - Price form Ark Nett- og Infrastrukturmodell. This shall also include possible quay adaptation. Data from the sheet host is transferred to the Price Form Ark Total and it is included in the Samla Tender Price for kvar boat route. «Samla Tilbodspris» for kvar boat route which in turn host summed in «Tilbodspris for alle båtruter» which is subject to evaluation.
Description of the method to be used if weighting cannot be expressed by criteria : To identify the tenderer with the best relationship between Price and Climate and environmental inspection - reduction in the CO2 issue, host price of quality, benefit as an evaluation model. This evaluation model requires climate and environmental inspection in the form of a reduction in the CO2 relay, to host a cash value in the point stage.
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 09/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=53874

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 27/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : Demand guarantee for award of contract.
Deadline for receipt of requests to participate : 20/05/2025 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
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Legal form that must be taken by a group of tenderers that is awarded a contract : The tenderer shall be a legally established company.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett
Organisation providing offline access to the procurement documents : VESTLAND FYLKESKOMMUNE SKYSS

8. Organisations

8.1 ORG-0001

Official name : Skyss
Registration number : 992051825
Department : Skyss – Avdeling kontrakt
Postal address : Lars Hilles gate 22
Town : Bergen
Postcode : 5020
Country : Norway
Contact point : Kristian Osen Fagertun
Telephone : +47 05557
Internet address : https://www.skyss.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926 723 367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : VESTLAND FYLKESKOMMUNE SKYSS
Registration number : VESTLAND FYLKESKOMMUNE SKYSS
Department : VESTLAND FYLKESKOMMUNE SKYSS
Postal address : Att. Skyss, Postboks 7900
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : VESTLAND FYLKESKOMMUNE SKYSS
Telephone : 92286931
Roles of this organisation :
Buyer
Group leader
Organisation providing offline access to the procurement documents

11. Notice information

11.1 Notice information

Notice identifier/version : 5683d873-c1d3-4d9d-8bf3-cad2243e891c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/04/2025 14:03 +00:00
Notice dispatch date (eSender) : 04/04/2025 14:03 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00224266-2025
OJ S issue number : 69/2025
Publication date : 08/04/2025