25/1315 - Contract B2: Construction work

The project "Nye Fuglevik Renseanlegg" consists of several contracts. This procurement is one of the planned total 16 contracts in the project and is the actual foundation for the future 'New Fuglevik Treatment Facility' and comprises all construction work. The chosen contractor will be in the driver ́s seat for …

CPV: 45000000 Bouwwerkzaamheden, 45200000 Volledige of gedeeltelijke bouw- en civieltechnische werkzaamheden, 45252000 Bouwwerkzaamheden voor afvalwaterbehandelings-, zuiverings- en afvalverbrandingsinstallaties, 45252210 Bouwen van waterzuiveringsinstallatie
Plaats van uitvoering:
25/1315 - Contract B2: Construction work
Toekennende instantie:
Movar Iks
Gunningsnummer:
25/1315

1. Buyer

1.1 Buyer

Official name : Movar Iks
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : 25/1315 - Contract B2: Construction work
Description : The project "Nye Fuglevik Renseanlegg" consists of several contracts. This procurement is one of the planned total 16 contracts in the project and is the actual foundation for the future 'New Fuglevik Treatment Facility' and comprises all construction work. The chosen contractor will be in the driver ́s seat for progress and completion of the new facility. Furthermore, a large degree of cooperation and adaptation is expected for our other subsequent contracts in this project, as well as our adjoining project called "Overføringsanlegg Brevik and Kambo to Fuglevik RA", which consists of three contracts.
Procedure identifier : 5a30a3f4-0c8d-4c29-9faa-176b62bb195b
Internal identifier : 25/1315
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45252000 Construction works for sewage treatment plants, purification plants and refuse incineration plants
Additional classification ( cpv ): 45252210 Water purification plant construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
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.
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 25/1315 - Contract B2: Construction work
Description : The project "Nye Fuglevik Renseanlegg" consists of several contracts. This procurement is one of the planned total 16 contracts in the project and is the actual foundation for the future 'New Fuglevik Treatment Facility' and comprises all construction work. The chosen contractor will be in the driver ́s seat for progress and completion of the new facility. Furthermore, a large degree of cooperation and adaptation is expected for our other subsequent contracts in this project, as well as our adjoining project called "Overføringsanlegg Brevik and Kambo to Fuglevik RA", which consists of three contracts.
Internal identifier : 25/1315

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45252000 Construction works for sewage treatment plants, purification plants and refuse incineration plants
Additional classification ( cpv ): 45252210 Water purification plant construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 0
The buyer reserves the right for additional purchases from the contractor, as described here : Construction contract that may be extended for delays/postponements.

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial solidity
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers are required, among other things, to have had annual turnover of minimum NOK 500 million excluding VAT per year in the last 2 years.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Tenderers are required to have a legally established company.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience with equivalent types of assignments
Description : Tenderers shall have experience from equivalent types of assignments. 'Equivalent type of assignment' means 1st assignment that at least perceives that the tenderer (or supporting company cf. Point 5.6 below) the works themselves have carried out on: • Construction of complex treatment/water treatment installations, alternatively other processing installations that include interaction with technical contracts, process and machine, minimum 1500 m2 • Waterproof concrete constructions, minimum 6 m deep basins and 5 m water depth • Reconstruction/renovation of existing buildings - a minimum of 1000 m2 This means that the tenderer, or support company, must have built up the relevant experience, as well as . . . . 2 that the tenderer (or support company) has either performed, or administered/had contractual responsibility for, the works on: • Surface treatment of basins and covers • Solid wood, minimum 3 floors and 300 m2 footprint • Water and sewage work with a dimension minimum Ø1000 pipelines This means that it is sufficient for the tenderer, or supporting company, was the "main contractor" or equivalent was responsible in a contract that included the works in question. Experience from equivalent assignments is required to be built up in the last five years. It is sufficient that the individual, stated reference projects/assignments do not include all the above points, but together all five points must be covered by the stated reference projects/assignments.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Sufficient implementation ability and capacity
Description : Tenderers shall have sufficient implementation ability and capacity
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Tenderers are required to have a certificate/certificate that they have a quality assurance system at ISO9001 level or equivalent. The requirement must be fulfilled by the tenderer himself.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management system
Description : Tenderers are required to have a good and well-functioning environmental management system on EMAS (the EU-scheme for environmental management and environmental audits) or ISO14001 level, Miljøfyrtårn or equivalent. The requirement must be fulfilled by the tenderer himself.
Use of this criterion : Used

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 15/05/2025 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 and contract documents.
Financial arrangement : See Part II - The contract documentation.

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 : Søndre Østfold tingrett
Organisation providing additional information about the procurement procedure : Movar Iks

8. Organisations

8.1 ORG-0001

Official name : Movar Iks
Registration number : 959272204
Postal address : Tykkemyr 2
Town : Moss
Postcode : 1597
Country : Norway
Contact point : Jørgen Myhre
Telephone : +47 40639860
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Søndre Østfold tingrett
Registration number : 926722808
Town : Moss
Country : Norway
Telephone : 69797700
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 645eb390-9998-4f11-90a4-047d8a24ac37 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/04/2025 12:20 +00:00
Notice dispatch date (eSender) : 14/04/2025 15:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00247661-2025
OJ S issue number : 75/2025
Publication date : 16/04/2025