Second publication - Multi machine - Phase 1 - prequalification

The contracting authority shall procure a multi machine at the Port of Horten. The multi-machine shall replace the old mobile crane. Horten port has, in cooperation with Scan Logistic Partner (SLP), handled the most steel, but is now entering new markets to load/unload different bulk qualities. Horten port would now …

CPV: 42000000 Echipamente industriale, 42400000 Echipamente de ridicare şi de manipulare şi piese ale acestora, 45000000 Lucrări de construcţii, 60600000 Servicii de transport naval
Locul de executare:
Second publication - Multi machine - Phase 1 - prequalification
Organismul de alocare:
Horten kommune
Numărul de atribuire:
2025/545

1. Buyer

1.1 Buyer

Official name : Horten kommune
Activity of the contracting entity : Port-related activities

2. Procedure

2.1 Procedure

Title : Second publication - Multi machine - Phase 1 - prequalification
Description : The contracting authority shall procure a multi machine at the Port of Horten. The multi-machine shall replace the old mobile crane. Horten port has, in cooperation with Scan Logistic Partner (SLP), handled the most steel, but is now entering new markets to load/unload different bulk qualities. Horten port would now like to procure a new multi-machine with a full set-up, including a lifting hook and grab for lifting, grabbing and pinching various products. In this connection, we invite tenderers to a negotiated procedure.
Procedure identifier : 65b0ceb2-b340-471b-be9f-27e5843fe2cb
Internal identifier : 2025/545
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 : Option The contracting authority would like an option for different types of tools for the machine. See the documents in Phase 2 - the Competition phase for further information on the assignment.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42400000 Lifting and handling equipment and parts
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 60600000 Water transport services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway

2.1.4 General information

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

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 : Second publication - Multi machine - Phase 1 - prequalification
Description : The contracting authority shall procure a multi machine at the Port of Horten. The multi-machine shall replace the old mobile crane. Horten port has, in cooperation with Scan Logistic Partner (SLP), handled the most steel, but is now entering new markets to load/unload different bulk qualities. Horten port would now like to procure a new multi-machine with a full set-up, including a lifting hook and grab for lifting, grabbing and pinching various products. In this connection, we invite tenderers to a negotiated procedure.
Internal identifier : 2025/545

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42400000 Lifting and handling equipment and parts
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 60600000 Water transport services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 16/09/2025
Duration end date : 17/09/2030

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : 1.5 Qualification Requirement 1: Payment of public fees Tenderers must not have significant arrears. Any arrears must be founded separately. Documentation that the set requirements are met Norwegian tenderers shall present a tax and VAT certificate. The certificate shall not be older than 6 months from the tender deadline. Foreign tenderers: Foreign companies: Documentation equivalent to the Norwegian tax certificate as stated in e-Certis.
Criterion : Other economic or financial requirements
Description : 1.6 The tenderer ́s economic and financial position. Qualification requirement 2: Financial ability to execute the contract. Tenderers are required to have good financial ability to fulfil the contract. The following will be subject to complete evaluation: The tenderer ́s nominal values, key figures for i.a. solidity, liquidity and financial ability to fulfil the contract. Documentation that the set requirements are met • Presentation of the company's Annual Financial Statements (most recent annual report to the Brønnøysund Register Centre, including the auditor's report). The contracting authority reserves the right to also request provisional figures after the last annual report, as well as annual accounts for the previous two years if it is assessed that there is a need for it. • Recently established companies must submit a recent financial printout signed by the auditor. The contracting authority reserves the right to obtain further information that is deemed necessary to assess the tenderer's economic and financial position. Horten municipality uses Experian as an analysis tool.
Criterion : References on specified deliveries
Description : 1.7 The tenderer ́s technical and professional qualifications Qualification requirement 3: Experience from previous deliveries Tenderers shall have sufficient experience from relevant contracts/assignments. Documentation that the set requirements are met Tenderers are to provide the most important comparable, relevant deliveries during the last five years, including information on the value, time and recipient (name of telephone and email). The stated references may be contacted if necessary.

5.1.10 Award criteria

Criterion :
Type : Price
Name : P
Description : The award criteria prices will be assessed based on the offered price on the multi machine with the accompanying tools, possible options, mark-up and any adjustments due to reservations (cf. the Tender Letter, annex 5). The prices are stated in EURO and NOK excluding VAT. The prices shall include all costs, and all options shall be priced. Evaluation of the award criteria Price: The score on the criterion price will be calculated according to the Relative Method.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 55
Criterion :
Type : Quality
Name : Quality
Description : The quality award criteria will be assessed based on the tenderer ́s fulfilment of the requirement specifications and the points below. The best tenders will be grade 10. The other tenders will be assessed against this. The points can be described in a separate annex. The stated references can be contacted for the experienced quality.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Climate and environment
Description : The environmental award criteria will be assessed based on the tenderer ́s fulfilment of the requirement specifications and the response to the criteria below. The best tenders will be grade 10. The other tenders will be assessed against this. The points can be described in a separate annex. The stated references may be contacted in accordance with the fulfilment of the point climate and environment.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
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/258615396.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
Variants : Not allowed
Deadline for receipt of requests to participate : 11/07/2025 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 : See the tender documentation
Financial arrangement : See the tender documents

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 : Vestfold tingrett -
Information about review deadlines : the waiting period
Organisation providing additional information about the procurement procedure : Horten kommune -

8. Organisations

8.1 ORG-0001

Official name : Horten kommune
Registration number : 964951284
Postal address : Teatergata 11
Town : HORTEN
Postcode : 3187
Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Contact point : Anita Opedal
Telephone : +47 33085000
Fax : +47 33085001
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Vestfold tingrett
Registration number : 926723618
Department : Horten
Postal address : Sollistrandsveien 12
Town : Horten
Postcode : 3187
Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Telephone : 33206700
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 33234305-9585-4b41-a644-4291f63fb676 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/06/2025 11:16 +00:00
Notice dispatch date (eSender) : 11/06/2025 11:31 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00380979-2025
OJ S issue number : 111/2025
Publication date : 12/06/2025