Prequalification - Teaching vessel for Nord-Troms VGS

Troms County (TFK) intends to procure a new training vessel for Nord-Troms Sixth Form College, skjervøy school place. The vessel shall primarily be used for training the school ́s pupils at VG1 and on VG2 nature use. The vessel shall however also be available for other purposes. Troms County (TFK) …

CPV: 34513000 Halászhajók, mentőhajók és egyéb különleges vízi járművek, 34513100 Halászhajók, 34521000 Különleges célú csónakok, 34520000 Csónakok
A végrehajtás helye:
Prequalification - Teaching vessel for Nord-Troms VGS
Díjat odaítélő szervezet:
Troms fylkeskommune
Díj száma:
25/07014

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Prequalification - Teaching vessel for Nord-Troms VGS
Description : Troms County (TFK) intends to procure a new training vessel for Nord-Troms Sixth Form College, skjervøy school place. The vessel shall primarily be used for training the school ́s pupils at VG1 and on VG2 nature use. The vessel shall however also be available for other purposes.
Procedure identifier : b744f8b9-4d23-4caa-aac3-4b34f62f292a
Internal identifier : 25/07014
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 need is further described in Annex 3 - Requirement Specifications.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34513000 Fishing, emergency and other special vessels
Additional classification ( cpv ): 34513100 Fishing vessels
Additional classification ( cpv ): 34520000 Boats
Additional classification ( cpv ): 34521000 Specialised boats

2.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 50 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Negotiated procedure

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 : Prequalification - Teaching vessel for Nord-Troms VGS
Description : Troms County (TFK) intends to procure a new training vessel for Nord-Troms Sixth Form College, skjervøy school place. The vessel shall primarily be used for training the school ́s pupils at VG1 and on VG2 nature use. The vessel shall however also be available for other purposes.
Internal identifier : 25/07014

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34513000 Fishing, emergency and other special vessels
Additional classification ( cpv ): 34513100 Fishing vessels
Additional classification ( cpv ): 34520000 Boats
Additional classification ( cpv ): 34521000 Specialised boats

5.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 30 Month

5.1.5 Value

Estimated value excluding VAT : 50 000 000 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 : Requirement: The tenderer shall be a legally established company. Documentation: Norwegian tenderers shall present an updated Company Registration Certificate. Foreign tenderers must provide certificate(s) of statutory registration in the country where the business is established.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Requirement: Tenderers shall have sufficient economic and financial capacity to be able to fulfil the contractual obligations. Documentation: Tenderers shall submit credit rating documentation from Bisnode/Dun & Bradstreet credit rating company or equivalent, based on the last submitted official accounts. Sub-suppliers/collaborating partners that the tenderer will use to fulfil the requirement, shall fill in the ESPD form and commitment statement. See the Basic Document point 4.5 for further information.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified works
Description : Tenderers shall have experience with the construction of vessels of the same size as fishing vessels, service vessels, research vessels or training vessels. Tenderers are required to document experience from a minimum of three such assignments in the last 5 years. Tenderers are also required to have experience with hybrid or all-electric vessels. If the tenderer does not have his own experience, the tenderer shall state collaborating partners who can document that the requirement is met. Sub suppliers/collaborating partners are required to document such experience from assignments in the last 5 years. Documentation: The references shall be listed in a separate annex to the requests for participation and marked with "references". The document shall as a minimum contain the following information: • Name of the vessel • Name of the shipping company • Description of the assignment • Date of delivery • The assignment ́s value • Information on hybrid or fully electric progress when relevant sub-suppliers/collaborating partners that the tenderer will use to fulfil the requirement, shall fill in the ESPD form and commitment statement. See the Basic Document point 4.5 for further information.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : Tenderers must have facilities with sufficient technical infrastructure to be able to carry out the assignment in a safe and professionally responsible manner. The requirement also applies to the involved sub-suppliers/collaboration partners that the tenderer will use to fulfil the qualification requirements. Documentation: Documentation of fulfilment of the requirement shall be enclosed as a short description of the shipyard, possibly accompanied by pictures and plan drawings and marked "facilities". Sub-suppliers/collaborating partners that the tenderer will use to fulfil the requirement, shall fill in the ESPD form and commitment statement. See the Basic Document point 4.5 for further information.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : Tenderers are required to have the capacity and organisation that is sufficient to fulfil the assignment. Documentation: Tenderers shall document capacity by enclosing a description of the company and specifying persons in key roles affecting the requested assignments. This requirement also applies to the involved sub-suppliers/collaboration partners that the tenderer will use to fulfil the qualification requirements. Assignments in the order shall be given and available capacity shall be highlighted. The description shall be enclosed in a separate annex and marked as a "description of capacity and organisation". Sub-suppliers/collaborating partners that the tenderer will use to fulfil the requirement, shall fill in the ESPD form and commitment statement. See the Basic Document point 4.5 for further information.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : A good, well functioning quality assurance system is required. Documentation: Documented by a certificate from third-party verified systems, f.eks. ISO or other documentation that substantiates an equivalent formal and operative system for quality assurance. Documentation of the requirement shall be enclosed in a separate annex and labelled 'quality assurance system'.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Environmental management measures
Description : Tenderers shall have procedures to follow-up concrete environmental goals and to reduce damaging environmental impact when carrying out the assignment. Documentation: Certification in accordance with EMAS, ISO (e.g. 14001) and Miljøfyrtårn [Eco-Lighthouse Programme]. Other documentation will also be accepted if the routines and measures are sufficient to take into account and reduce damaging environmental impact. Tenderers shall state where the routines and measures are given in the documentation.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
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 : Quality
Name : Quality
Description : See the tender documentation
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Price
Name : Total price
Description : See the tender documentation
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Environmental properties
Description : See the tender documentation
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Quality - Climate and environmental requirements in the requirement specifications.
Description : The contracting authority has set requirements for electrical progress that with "Norwegian" electricity must be defined as zero emission. The boat shall only be able to operate electrically for a normal school day. Diesel auxiliary power is only installed as security and for longer transit, for example if the boat is serviced at shipyards. Norwegian electricity based on hydropower is defined as zero emissions. 200 operational days have been budgeted per annum with 6 hours daily (2 hours transit, four hours in the field), total 1,200 hours per annum. At the same time, it was budgeted with approx. 20 hours diesel operation in transit, equivalent to only approx. 2% of the total running time. The total emission of CO2 including 20 hours diesel operation is approx. 2 tons. Based on the same operational pattern, the total emissions for equivalent diesel vessels will be approx. 70 tons. The Scaling requirement for electric vessels will therefore result in a reduction of CO2 emissions of 97%. Based on this, the contracting authority has chosen not to weight climate by 30%, but retained 10% weighting in order to obtain good solutions on other environmental qualities.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
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
Address of the procurement documents : https://permalink.mercell.com/257898103.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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 30/06/2025 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 : Nord-Troms og Senja tingrett -
Organisation providing more information on the review procedures : Troms fylkeskommune -

8. Organisations

8.1 ORG-0001

Official name : Troms fylkeskommune
Registration number : 930068128
Postal address : Postboks 6600
Town : Tromsø
Postcode : 9296
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Contact point : Vegard Lysvoll
Telephone : +47 77788000
Internet address : https://www.tromsfylke.no/
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Nord-Troms og Senja tingrett
Registration number : 926723022
Department : Tromsø
Postal address : Postboks 2510
Town : Tromsø
Postcode : 9270
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Telephone : 77603400
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 2b873ea8-b9f0-43c7-8cbf-98a39e1f112b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/05/2025 13:35 +00:00
Notice dispatch date (eSender) : 26/05/2025 13:51 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00343607-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025