Electric mobile crane for Moss Port - 2. contract notices

The purpose of the procurement is the delivery of one mobile harbor crane. According to Moss havn KF's strategy, the crane must be powered by electricity both in operation and during transport. The crane will handle container, general and project cargo and bulk and will be placed mainly at the …

CPV: 42414100 Daru, 42414110 Kikötői daru, 42414120 Rakparti daru
A végrehajtás helye:
Electric mobile crane for Moss Port - 2. contract notices
Díjat odaítélő szervezet:
Moss havn KF
Díj száma:
2

1. Buyer

1.1 Buyer

Official name : Moss havn KF
Activity of the contracting entity : Port-related activities

2. Procedure

2.1 Procedure

Title : Electric mobile crane for Moss Port - 2. contract notices
Description : The purpose of the procurement is the delivery of one mobile harbor crane. According to Moss havn KF's strategy, the crane must be powered by electricity both in operation and during transport. The crane will handle container, general and project cargo and bulk and will be placed mainly at the "Klakken" quay, which is a very limited area in terms of square meters and dimensions.
Procedure identifier : a64146a0-ddc4-4627-bab3-aaf9b53408bb
Previous notice : 745830-2024
Internal identifier : 2
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 : The aim of the procurement is the delivery of one mobile harbour crane. In accordance with moss port KF ́s strategy, the crane must be operated with electricity both in operation and during transport. The crane shall handle container, piece and project load and bulk and it shall be placed primarily at the quay "Klakken", which is a very limited area as regards square meters and dimensioning. The objective of the procurement is to increase the efficiency of goods management and ensure optimum time slots for customers by increasing the harbour ́s capacity for handling goods. The last deadline for delivery is the end of the 1st quarter of 2027. The Port of Moss wants delivery as early as possible. See the contract documents for further information on the contract's extent and content.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42414100 Cranes
Additional classification ( cpv ): 42414110 Harbour cranes
Additional classification ( cpv ): 42414120 Quayside cranes

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - Directive 2014/25/EU

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 : Is the economic operator guilty of grave professional misconduct? 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 : Can the economic operator confirm that it has not been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, it has not withheld such information, it has been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and it has not undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an entity associated with the economic operator 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 economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract?
Breaching of obligations set under purely national exclusion grounds : Do the purely national grounds of exclusion, which are specified 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 : Are the business activities of the economic operator 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 economic operator in arrangement with creditors? 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 : Are the assets of the economic operator being administered by a liquidator or by the court? 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 economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Electric mobile crane for Moss Port - 2. contract notices
Description : The purpose of the procurement is the delivery of one mobile harbor crane. According to Moss havn KF's strategy, the crane must be powered by electricity both in operation and during transport. The crane will handle container, general and project cargo and bulk and will be placed mainly at the "Klakken" quay, which is a very limited area in terms of square meters and dimensions.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42414100 Cranes
Additional classification ( cpv ): 42414110 Harbour cranes
Additional classification ( cpv ): 42414120 Quayside cranes

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/10/2025
Duration end date : 31/03/2027

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Information about previous notices :
Identifier of the previous notice : 200449-2025

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Requirements for organisational 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 purchaser obtains a company certificate from Brønnøysundregisteret. 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 : Requirements for tax certificate Qualification requirement: The supplier shall fulfil obligations relating 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 tender. 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 relating 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 : Other economic or financial requirements
Description : Requirements for economic and financial situation Qualification requirement: The supplier shall have sufficient economic strength to be able to fulfil the contract. Economic strength is assessed according to turnover, net profit ratio, solidity and liquidity ratio. Documentation requirement: The supplier’s annual accounts including notes with the directors’ report and auditor’s report from the last three (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. Purchaser reserves the right to obtain a credit rating from Experian. For Norwegian suppliers, the purchaser obtains revised annual accounts from Brønnøysundregisteret. Norwegian suppliers must therefore not submit revised annual accounts.
Criterion : References on specified deliveries
Description : Requirements for technical and professional qualifications Qualification requirement: The supplier shall have experience from performance of similar and related contracts. Documentation requirement: The supplier shall submit a list of up to three relevant contracts performed during the last 3 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.
Criterion : Measures for ensuring quality
Description : Documented quality management system Qualification requirement: The supplier must have a documented quality management system. 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 : Documented environmental management system Qualification requirement: The supplier must have a documented environmental management system. 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 : Quality
Name : Quality and functionality
Description : See the tender document for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Environmental requirements
Description : See the tender document for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Price
Name : Total price
Description : See the tender document for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
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 : English
Address of the procurement documents : https://permalink.mercell.com/258329511.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
Electronic catalogue : Not allowed
Variants : Not allowed
Description of the financial guarantee : Payments by the Buyer shall only be made upon the issuance of an Advance Payment Guarantee for the amount that is in accordance with the payment plan, by a Buyer approved bank or financial institution, preferably Norwegian, in favor of the Buyer. The guarantee shall remain in effect until ownership of the product has been accepted and transferred to the Buyer.
Deadline for receipt of requests to participate : 02/07/2025 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 : The Product shall be delivered at the Port of Moss quay named “Klakken”, Norway.
Financial arrangement : Incoterms 2020 DPU – Delivered at Place Unloaded - 30 % of the Contract Price shall be invoiced after the signature of the Contract by both Parties and advance payment guarantee of 30 % of the Contract Price have been received by the Buyer. - 40 % of the Contract Price shall be invoiced after the supply is ready for dispatch from the workshop at the place of manufacture, the necessary test certificates are provided to and approved by the Buyer, and advanced payment guarantee of total of 70 % of the Contract Price have been received by the Buyer. - 30 % of the Contract Price shall be invoiced after successful testing, final approval, training and signature of handover protocol by the Buyer within five (5) working days after delivery.

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 : Søndre Østfold tingrett -
Information about review deadlines : A petition for a preliminary injunction against the purchaser’s decision to refuse or reject a request to participate in the tender must be presented to the district court within 15 days calculated from the day after the purchaser’s notification was sent, cf. forsyningsforskriften § 16-5.
Organisation providing additional information about the procurement procedure : 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 additional information about the procurement procedure

8.1 ORG-0002

Official name : Moss havn KF
Registration number : 971 033 339
Postal address : Stengata 1
Town : Moss
Postcode : 1531
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Telephone : +4769208700
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Søndre Østfold tingrett
Registration number : 926 722 808
Department : Søndre Østfold tingrett Moss
Town : Moss
Postcode : 1530
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 01ebc68c-7af9-492f-9f0d-d0d453e99cd3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/06/2025 17:06 +00:00
Notice dispatch date (eSender) : 01/06/2025 17:07 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00355464-2025
OJ S issue number : 105/2025
Publication date : 03/06/2025