Alterations and upgrades of MS Stø course.

The aim of the procurement is to carry out upgrading and alterations of vessels. A more detailed description of the delivery is in the tender documentation. The aim of the procurement is to carry out upgrading and alterations of vessels. A more detailed description of the delivery is in the …

CPV: 50242000 Verbouwen van schepen, 50240000 Reparatie, onderhoud en aanverwante diensten in verband met scheepvaart en andere uitrusting, 50241000 Reparatie en onderhoud van schepen, 50241100 Reparatie van vaartuigen, 50244000 Opknappen van schepen of boten, 50245000 Moderniseren van schepen
Plaats van uitvoering:
Alterations and upgrades of MS Stø course.
Toekennende instantie:
Vestland fylkeskommune
Gunningsnummer:
VLFK/25/155

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Alterations and upgrades of MS Stø course.
Description : The aim of the procurement is to carry out upgrading and alterations of vessels. A more detailed description of the delivery is in the tender documentation.
Procedure identifier : 2ab6337b-f04b-4ebb-8cf4-2b59cd468ae9
Internal identifier : VLFK/25/155
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 : Services
Main classification ( cpv ): 50242000 Conversion services of ships
Additional classification ( cpv ): 50240000 Repair, maintenance and associated services related to marine and other equipment
Additional classification ( cpv ): 50241000 Repair and maintenance services of ships
Additional classification ( cpv ): 50241100 Vessel repair services
Additional classification ( cpv ): 50244000 Reconditioning services of ships or boats
Additional classification ( cpv ): 50245000 Upgrading services of ships

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : MS Stø kurs is rekna as a Special Vessel. According to the Norwegian Maritime Directorate's Circular RSV 20-2020, "Awarding of speed area bank fishing I or II to cargo ships at special speed", that "Special vessel that, upon application in accordance with this circular is awarded speed area bank fishing I or II, cannot call foreign ports. This means that the assignment must be permited at shipyards in Norway.

2.1.3 Value

Estimated value excluding VAT : 17 000 000 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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Alterations and upgrades of MS Stø course.
Description : The aim of the procurement is to carry out upgrading and alterations of vessels. A more detailed description of the delivery is in the tender documentation.
Internal identifier : VLFK/25/155

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50242000 Conversion services of ships
Additional classification ( cpv ): 50240000 Repair, maintenance and associated services related to marine and other equipment
Additional classification ( cpv ): 50241000 Repair and maintenance services of ships
Additional classification ( cpv ): 50241100 Vessel repair services
Additional classification ( cpv ): 50244000 Reconditioning services of ships or boats
Additional classification ( cpv ): 50245000 Upgrading services of ships
Quantity : 1

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : MS Stø kurs is rekna as a Special Vessel. According to the Norwegian Maritime Directorate's Circular RSV 20-2020, "Awarding of speed area bank fishing I or II to cargo ships at special speed", that "Special vessel that, upon application in accordance with this circular is awarded speed area bank fishing I or II, cannot call foreign ports. This means that the assignment must be permited at shipyards in Norway.

5.1.3 Estimated duration

Start date : 01/09/2025
Duration end date : 31/01/2026

5.1.5 Value

Estimated value excluding VAT : 17 000 000 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : • Norwegian companies: Company registration certificate from the Brønnøysund Register Centre. The contracting authority shall obtain documentation directly from the Brønnøysund Register Centre. • Foreign companies: Proof that the company is registered in a trade or business register as a guide in the law of the country where the tenderer is established.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 10
Criterion : Other economic or financial requirements
Description : The contracting authority will initially itself obtain a credit assessment of the tenderer. The credit rating is based on the most recent accounting figures. Financial strength of the host assessed in relation to resetnad, ignition, solidity and liquidity. The contracting authority ́s contracting authority shall collect the tenderer's annual accounts, including notes with the board ́s and auditor ́s reports from the last year. Foreign tenderers are asked to submit annual accounts, including any notes with the board's and auditor's reports, from the last two years. If, due to valid reasons, the tenderer cannot present the documentation requested by the contracting authority, he can prove the economic and financial position, with a quarter of a second document, that the contracting authority can accept.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 10
Criterion : References on specified deliveries
Description : Depiction of the three most relevant assignments. The description must include information on the value of the assignment, date and reception (name, telephone number and e-mail address). It is sufficient that the three reference assignments together fulfil the qualification requirement. References can be contacted if needed to ensure relevance of the assignment. However, it is the tenderer's responsibility to document relevance through the description. The tenderer shall benefit from the reference form in Annex 4.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 10
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 : 99
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 : Price
Name : Price
Description : Completed Annex C - Prisar
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80
Criterion :
Type : Quality
Name : Progress plan, assignment comprehension and delivery time.
Description : The tenderer must state the description of the delivery. Sub-criteria a) Progress plan for the licence for the assignment 75 % b) Delivery time 25 %. Best score «6» host awarded if delivery can occur on Dec. 2025. More time for delivery than 1st dec. does not pay off. The score for the inhabited delivery after December 1, 2025 hosted a linear reduction, with the last critical delivery time on January 31, 2026 giving a score of "0".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
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

Deadline for requesting additional information : 22/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59866

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 : 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
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
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 : Hordaland tingrett -
Information about review deadlines : The deadline in the Public Procurement Regulations

8. Organisations

8.1 ORG-0001

Official name : Vestland fylkeskommune
Registration number : 821311632
Department : Innkjøpsseksjonen
Postal address : Askedalen 2
Town : LEIKANGER
Postcode : 6863
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Bjørn Erik Linde
Telephone : +47 05557
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926 723 367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : a8336f96-4269-4b0e-997a-16bfa8428544 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/05/2025 20:51 +00:00
Notice dispatch date (eSender) : 29/05/2025 20:51 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00355444-2025
OJ S issue number : 104/2025
Publication date : 02/06/2025