Procurement of a fire and rescuing vessel

The objective of the procurement is to ensure that OBRE and ROGBR can maintain and further develop a good stand-by for maritime fire and rescue events, which ensures a service adapted to social development, climate change and the security policy situation. The expectations for this procurement are highlighted in ROS …

CPV: 34500000 Hajók és csónakok, 34513000 Halászhajók, mentőhajók és egyéb különleges vízi járművek, 34521100 Felügyeleti csónakok, 34521000 Különleges célú csónakok, 34520000 Csónakok
A végrehajtás helye:
Procurement of a fire and rescuing vessel
Díjat odaítélő szervezet:
Oslo kommune v/ Utviklings- og kompetanseetaten
Díj száma:
EB 25/4

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of a fire and rescuing vessel
Description : The objective of the procurement is to ensure that OBRE and ROGBR can maintain and further develop a good stand-by for maritime fire and rescue events, which ensures a service adapted to social development, climate change and the security policy situation. The expectations for this procurement are highlighted in ROS and stand-by analyses for both OBRE and ROGBR. The following assignment types can be emphasised: • Fire in vessels • Fire on islands and buildings along the mainland • Rescue of persons in water • Rescue diving operations • Boat accidents and SAR assignments. • Acute salvage operations to prevent environmental damage. • Handling oil emissions • Various events occurring during extreme weather • Assist with health in emergency assignments (force majeure). • Transport of emergency personnel The vessel shall cover the Oslo Fjord area for OBRE and Rogaland's coastal area, from the ocean gap in the west to inner Ryfylke for ROGBR.
Procedure identifier : f0614950-cf0d-4881-ae47-9f0b581c9b5d
Internal identifier : EB 25/4
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 : Supplies
Main classification ( cpv ): 34521000 Specialised boats
Additional classification ( cpv ): 34500000 Ships and boats
Additional classification ( cpv ): 34513000 Fishing, emergency and other special vessels
Additional classification ( cpv ): 34520000 Boats
Additional classification ( cpv ): 34521100 Surveillance boats

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Estimated value excluding VAT : 77 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/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 : 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 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 : Procurement of a fire and rescuing vessel
Description : The objective of the procurement is to ensure that OBRE and ROGBR can maintain and further develop a good stand-by for maritime fire and rescue events, which ensures a service adapted to social development, climate change and the security policy situation. The expectations for this procurement are highlighted in ROS and stand-by analyses for both OBRE and ROGBR. The following assignment types can be emphasised: • Fire in vessels • Fire on islands and buildings along the mainland • Rescue of persons in water • Rescue diving operations • Boat accidents and SAR assignments. • Acute salvage operations to prevent environmental damage. • Handling oil emissions • Various events occurring during extreme weather • Assist with health in emergency assignments (force majeure). • Transport of emergency personnel The vessel shall cover the Oslo Fjord area for OBRE and Rogaland's coastal area, from the ocean gap in the west to inner Ryfylke for ROGBR.
Internal identifier : EB 25/4

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34521000 Specialised boats
Additional classification ( cpv ): 34500000 Ships and boats
Additional classification ( cpv ): 34513000 Fishing, emergency and other special vessels
Additional classification ( cpv ): 34520000 Boats
Additional classification ( cpv ): 34521100 Surveillance boats

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 77 000 000 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 : References on specified deliveries
Description : Experience from equivalent assignments is required. Equivalent assignments mean the design, construction and delivery of fast fire, police, rescue and/or ambulance vessels of 15 to 24 metres long. Documentation requirement: An overview of the tenderer ́s equivalent assignments carried out during the last ten years. The overview shall state who the contracting authority was, the name of a gender neutral preferred, the assignment ́s nature, scope and value. The overview ought, in addition, to include information on: • Main dimensions •Capacities • Test tour protocol • Surgical weight • Engine installation and propulsion (type, effect and rating) GA and external pictures showing: • Tyre arrangement •Bridge • Fixtures • Engine room The contracting authority reserves the right to contact the reference persons for the stated reference projects.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 100
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirement: The company's last Annual Financial Statements including notes, the Board's Annual Report and Audit Report, as well as new information of relevance to the company's fiscal numbers. The contracting authority will obtain a credit rating based on the last approved accounting figures.
Criterion : Other economic or financial requirements
Description : Tenderers shall submit bank declarations confirming that • A bank guarantee can be provided for security for any advance payments from OBRE and an equivalent for any advance payments from ROGBR. • A fulfilment guarantee for each of the contracts, equivalent to 10% of each of the contract price can be provided. A bank guarantee will be provided if the tenderer is awarded the contract. Documentation requirement: Information shall be provided on which bank(s) will possibly issue the bank guarantee: • Name and address of the bank(s) • Contact person with the accompanying contact information. If the tenderer is a subsidiary, a parent company guarantee will be accepted provided that a contract between the subsidiary and the parent company is presented, after which it is explicitly stated that the parent company provides a bank guarantee(s) for the benefit of the subsidiary. Furthermore, the contract must expressly states that the parent company is obliged, without exception, to use its bank guarantees for the benefit of the subsidiary in any case of financial difficulties/disability at the subsidiary. The actual bank guarantee shall not be provided until after the tenderer has been chosen (Stage 2 competition). The bank guarantee is issued within three bank days after the contract has been signed (this only applies to the tenderer awarded the contract).
Criterion : Enrolment in a trade register
Description : Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Criterion : Average yearly manpower
Description : Tenderers must have sufficient capacity to fulfil the contract. Documentation requirement: A description of the tenderer's workforce and the number of employees in the management as of 01.01.25.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract's environmental provisions. This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract. Documentation requirement: A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation. Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have a relevant quality assurance system for the content of the contract. Documentation requirement: Certificate for the company's quality assurance system issued by independent bodies which certify that the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015. Alternatively: A description of the tenderer's quality assurance methods.
Criterion : Supply chain management
Description : Tenderers shall be suitable to fulfil the contractual requirements for due diligence assessments for responsible businesses within six months of the contract being signed. This means that the Tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as to prevent environmental degradation and corruption. Documentation requirement: Complete annex 3, self-declaration on due diligence assessments.
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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price for both vessels including options.
Description : Completed price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Delivery and documentation
Description : The tenderer ́s response to bør-requirement in annex 2 under the chapter "Delivery and Documentation".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name : General vessel requirements
Description : The tenderer ́s response to the OUGHT requirements in annex 2 under the chapter "General Vessel Requirements".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : General Event (GA)
Description : The tenderer ́s response to the OUGHT requirements in annex 2 under the chapter "General Event".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Equipment and capabilities for fire and rescue.
Description : The tenderer ́s response to the OUGHT requirements in annex 2 under the chapter "Equipment and capabilities for fire and rescue".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name : Ship equipment and fixtures
Description : The tenderer ́s response to the OUGHT requirements in annex 2 under the chapter "Ship Equipment and Fixtures".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Machinery and progress
Description : The tenderer ́s response to the OUGHT requirements in annex 2 under the chapter "Machinery and progress".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
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

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
Deadline for receipt of requests to participate : 16/06/2025 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 : Oslo Tingrett -

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
Registration number : 971183675
Department : Innkjøpstjenester
Postal address : Grensesvingen 6
Town : Oslo
Postcode : 0663
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Omar Attique
Telephone : +47 21802180
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : C. J. Hambros plass 4
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 67a9351a-e8ac-4e39-aa91-dfcfba40f79a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/05/2025 07:56 +00:00
Notice dispatch date (eSender) : 12/05/2025 08:08 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00305060-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025