2024043188 Classification and maintenance of Minerydder and Corvette

Prequalification for a framework agreement for the maintenance of Mineryders and Corvettes. The framework agreement shall contribute to strengthening the Norwegian Armed Forces operative ability and stand-by through increased capacity for maintenance and upgrade services and the accompanying engineering support by giving the Norwegian Armed Forces access to such services …

CPV: 50240000 Storitve popravila, vzdrževanja in pripadajoče storitve, povezane s pomorskim prevozom in drugo opremo, 50241000 Storitve popravila in vzdrževanja ladij, 50241100 Storitve popravila plovil, 50640000 Storitve popravila in vzdrževanja vojnih ladij
Kraj izvršitve:
2024043188 Classification and maintenance of Minerydder and Corvette
Organ za podeljevanje:
FORSVARSMATERIELL
Številka dodelitve:
2024043188

1. Buyer

1.1 Buyer

Official name : FORSVARSMATERIELL

2. Procedure

2.1 Procedure

Title : 2024043188 Classification and maintenance of Minerydder and Corvette
Description : Prequalification for a framework agreement for the maintenance of Mineryders and Corvettes. The framework agreement shall contribute to strengthening the Norwegian Armed Forces operative ability and stand-by through increased capacity for maintenance and upgrade services and the accompanying engineering support by giving the Norwegian Armed Forces access to such services in peace, crisis, conflict and war. The contracting authority shall enter into a framework agreement for the delivery of maritime engineering maintenance services, repairs, upgrades, modifications and engineering support for the listed vessels below. The objective of the procurement is to maintain technical availability for the stated vessels. The framework agreement under this procurement functions as a supplement to the Norwegian Armed Forces' internal capacity with separate crews and workshops as well as the existing framework agreements. The vessels included in the framework agreement under this procurement are as follows: Korvetter Skjold class: KNM StormKNM GlimtKNM SkjoldKNM RquestionKNM SkuddKNM SteilMineryder: OKSØY CLASSKNM MåløyKNM HinnøyalTA CLASSKNM OtraKNM Rauma
Procedure identifier : f678d132-717b-4779-a570-f03a105c6572
Internal identifier : 2024043188
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 ): 50640000 Repair and maintenance services of warships
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

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 890 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2009/81/EC
Forsvar og sikkerhet - FOSA § 1-3.Which contracts are covered by the regulations. (1) This regulation applies to the awarding of public contracts in the defence and security area, which applies: c. execution of construction and construction work and delivery of goods and services that are directly connected with materials in letters a and b and its lifetime.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Breaching obligation relating to payment of taxes : Tenderers shall have their tax and VAT payments in order. This means that tenderers shall not have more than insignificant due non-paid taxes and VAT, or should be able to provide a satisfactory account of why there are arrears.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 2024043188 Classification and maintenance of Minerydder and Corvette
Description : Prequalification for a framework agreement for the maintenance of Mineryders and Corvettes. The framework agreement shall contribute to strengthening the Norwegian Armed Forces operative ability and stand-by through increased capacity for maintenance and upgrade services and the accompanying engineering support by giving the Norwegian Armed Forces access to such services in peace, crisis, conflict and war. The contracting authority shall enter into a framework agreement for the delivery of maritime engineering maintenance services, repairs, upgrades, modifications and engineering support for the listed vessels below. The objective of the procurement is to maintain technical availability for the stated vessels. The framework agreement under this procurement functions as a supplement to the Norwegian Armed Forces' internal capacity with separate crews and workshops as well as the existing framework agreements. The vessels included in the framework agreement under this procurement are as follows: Korvetter Skjold class: KNM StormKNM GlimtKNM SkjoldKNM RquestionKNM SkuddKNM SteilMineryder: OKSØY CLASSKNM MåløyKNM HinnøyalTA CLASSKNM OtraKNM Rauma
Internal identifier : 2024043188

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50640000 Repair and maintenance services of warships
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

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 10 Year

5.1.4 Renewal

Maximum renewals : 6
Other information about renewals : The duration of the framework agreements is four years. The contracting authority has an option to extend the framework agreement once or several times for up to 6 years. The maximum framework agreement period, including options, is ten years.

5.1.5 Value

Estimated value excluding VAT : 890 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or a trade register in the country where the tenderer is established.
Criterion : Security of information
Description : The tenderer's ownership relationship must not represent a security risk for the Norwegian Armed Forces. National threat assessments will form the basis of the assessment. This requirement applies to the Tenderer and any sub-suppliers who contribute to a significant fulfilment of deliveries to this framework agreement.
Criterion : Other economic or financial requirements
Description : Tenderers shall have sufficient economic and financial capacity to carry out the assignment, including satisfactory performance degree, degree of liquidity and equity. Tenderers shall document a minimum turnover of NOK 50 million for each of the last 3 years.
Criterion : References on specified services
Description : The tenderer shall have good experience from equivalent deliveries. Equivalent deliveries means that the experience must apply to equivalent types of assignments, scope and complexity that this framework agreement shall include including: • Ship maintenance • Composite hull o Document satisfactory competence in composite works in sandwich constructions. o The tenderer's established procedures for the execution of plastic works shall be presented. • Progress system o Document satisfactory competence in the gas turbine engine and gears. •Upgrades • Project management • Coordination of own work and sub-suppliers.
Criterion : Technicians or technical bodies to carry out the work
Description : The tenderer shall have sufficient manpower to carry out deliveries over the framework agreement. Tenderers must as a minimum have access to: • 5 skilled workers electro, of which a minimum of 3 are norwegian citizenship. • 10 skilled workers mechanically, of which a minimum of five are norwegian citizenship. • 6 units. Skilled work with competence in Gas turbines, of which minimum three with Norwegian • 5 skilled workers' hull and structure (including pipes), of which a minimum of 3 are norwegian citizenship. • 10 skilled workers in ISO disciplines, of which a minimum of 5 are norwegian citizenships. • 2 engineers within ship engineering systems, of which a minimum of 1 was Norwegian citizenship. • 2 technical drafters, of which a minimum of 1 is Norwegian citizenship. • 1 security leader with Norwegian citizenship • Norwegian language work management
Criterion : Tools, plant, or technical equipment
Description : Tenderers must have access to a dock or drop and infrastructure in Norway that are suitable for the execution of the contract. The requirement will be seen as fulfilled where the Contracting Authority ́s requirements in Annex 5 are fulfilled, or where the tenderer substantiates that the requirements in Annex 5 will be fulfilled before the first vessel docks.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have established, implemented and maintained a quality management system that fulfils the requirements in ISO 9001:2015, or equivalently recognised international standard.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have a documented and valid environmental management system with routines and structure that shows how the tenderer safeguards relevant environmental considerations connected to the services that are provided. The system must be connected to executive unit(s), and shall as a minimum contain: 1. an environmental policy 2. Overview of the most significant environmental impacts (environmental aspects) from the company. 3. proof that the company sets environmental requirements for sub-suppliers 4. A description of the organisation and responsibility distribution of the environmental work. 5. Description of the company ́s stand-by for handling stand-by situations at risk for unfavourable environmental impacts. 6. Description of the resources necessary to establish, implement, maintain and continually improve the management system for the environment.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/258828544.aspx

5.1.12 Terms of procurement

Terms of submission :
Obligatory indication of subcontracting : No subcontracting indication
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : Requirement for a bank guarantee or parent company guarantee. Will be further described in the tender phase.
Deadline for receipt of requests to participate : 05/08/2025 11:00 +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 qualification documentation.
Legal form that must be taken by a group of tenderers that is awarded a contract : Create a new company, see qualification documentation for details.
Financial arrangement : See the qualification documentation.
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : FOSA § 6-1.Framework agreements (4) The vessels that are included in this contract have a limited lifetime and are expected to be phased out during the contract period. Based on the fact that at the end of the contract there will be fewer vessels and that we consider that the market will not be interested in giving a real competition for the last few years the Contracting Authority has the vessels, we see it as appropriate to have a framework agreement of 10 years. Due to the vessel's unique technical solutions, it is considered that there will be considerable technical difficulties in changing suppliers at the end of the vessel ́s lifetime.

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Information about review deadlines : Deadline for request for a temporary injunction A petition for a provisional injunction against the Contracting Authority's decision to reject or reject a request for participation in the competition must be presented to the court within 15 days calculated from the day after notification of the rejection or rejection has been sent.

8. Organisations

8.1 ORG-0001

Official name : FORSVARSMATERIELL
Registration number : 916075855
Postal address : Grev Wedels plass 1
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Rune Løvlid
Telephone : 5550308
Internet address : https://FMA.NO
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : c54ad7df-bdaf-4b6e-a4bb-071d476b9b27 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/06/2025 09:26 +00:00
Notice dispatch date (eSender) : 06/06/2025 09:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00372577-2025
OJ S issue number : 109/2025
Publication date : 10/06/2025