25/00930 Workshop services for the research vessel Kronprins Haakon

This competition is for the procurement of workshop services for docking, middle class bottom inspection and various maintenance work on the research vessel Kronprins Haakon. The scope is further described in the tender documentation and in the attached job descriptions. This competition is for the procurement of workshop services for …

CPV: 50240000 Repair, maintenance and associated services related to marine and other equipment, 50241000 Repair and maintenance services of ships
spriocdháta:
Meith. 20, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
25/00930 Workshop services for the research vessel Kronprins Haakon
clárlann:
Havforskningsinstituttet
uimhir dámhachtana:
25/00930

1. Buyer

1.1 Buyer

Official name : Havforskningsinstituttet
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 25/00930 Workshop services for the research vessel Kronprins Haakon
Description : This competition is for the procurement of workshop services for docking, middle class bottom inspection and various maintenance work on the research vessel Kronprins Haakon. The scope is further described in the tender documentation and in the attached job descriptions.
Procedure identifier : 49a21228-3bb1-4917-8bd5-ed77c9c96a11
Internal identifier : 25/00930
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Docking and intermediate classing of the research vessel "Kronprins Haakon" involves 28 specific work assignments distributed over approx. 14 days. The work must be carried out in the tenderer ́s dock in the period between 10.07-25 to 27.07-25. The vessel has been completed with a mission and demobilised in Bergen 09.07-25. The vessel must be ready for mobilisation for a new expedition in Tromsø 27.07-25. It will be a great advantage that as much of this time as possible can be used for workshop work and not for transit. It will, therefore, be advantageous that the workshop dock is located at the shortest possible distance from the transport stage in the main road between Bergen and Tromsø. Unnecessary transit will also be an important environmental consideration. The dock must have capacity for the vessel that is: L.O.A: 100.4 mL.P.P: 84.8 mBredde: 21.0 mDraught Design 7.6 mDraught Scantling: 8.65 mSe further description of the vessel in Annexes 01, 02 and 03. The dock must be completely or partly covered so that painting work can be carried out in dry climate. The work is further described in the Job Description, Annex 04.The works are grouped as the following (in unprioritized order):

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50240000 Repair, maintenance and associated services related to marine and other equipment
Additional classification ( cpv ): 50241000 Repair and maintenance services of ships

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Parts I and III of the Public Procurement Regulations.

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 : 25/00930 Workshop services for the research vessel Kronprins Haakon
Description : This competition is for the procurement of workshop services for docking, middle class bottom inspection and various maintenance work on the research vessel Kronprins Haakon. The scope is further described in the tender documentation and in the attached job descriptions.
Internal identifier : 25/00930

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50240000 Repair, maintenance and associated services related to marine and other equipment
Additional classification ( cpv ): 50241000 Repair and maintenance services of ships

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 6 Month

5.1.5 Value

Estimated value excluding VAT : 10 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : The supplier is registered in a professional register in the Member State in which the supplier is established. As described in Annex XI to Directive 2014/24/EU; suppliers from certain Member States may have to comply with other requirements in that Annex.
Criterion : Enrolment in a trade register
Description : The supplier is registered in a business register or trade register in the Member State in which the supplier is established. As described in Annex XI to Directive 2014/24/EU; suppliers from certain Member States may have to comply with other requirements in that Annex.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 11/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257733248.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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 20/06/2025 10:00 +00:00
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 : no
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 : Oslo tingrett -
Organisation providing more information on the review procedures : Havforskningsinstituttet -

8. Organisations

8.1 ORG-0001

Official name : Havforskningsinstituttet
Registration number : 971349077
Postal address : Postboks 1870 Nordnes
Town : BERGEN
Postcode : 5817
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Caspar Christie
Telephone : 99491414
Internet address : http://www.hi.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : f5e3d1c5-91a9-4002-b119-1063417f8090 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/05/2025 08:43 +00:00
Notice dispatch date (eSender) : 23/05/2025 09:13 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00339370-2025
OJ S issue number : 100/2025
Publication date : 26/05/2025