Procurement of icebreaking services - 2 contract areas

The procurement shall cover the contracting authority ́s need for icebreaker services for the following contract areas. Sub-contract the Oslo Fjord includes the Oslo Fjord from the Swedish border to Oslo on the fjord's east side, including Oslo Fjord. Moss Strait, on the fjord's west side from Oslo to Langesund, …

CPV: 63726000 Razne podporne storitve za prevoz po vodi, 63726200 Storitve ledolomilcev
Rok:
14. julij 2025. 10:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Procurement of icebreaking services - 2 contract areas
Organ za podeljevanje:
KYSTVERKET
Številka dodelitve:
2025/2374

1. Buyer

1.1 Buyer

Official name : KYSTVERKET
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of icebreaking services - 2 contract areas
Description : The procurement shall cover the contracting authority ́s need for icebreaker services for the following contract areas. Sub-contract the Oslo Fjord includes the Oslo Fjord from the Swedish border to Oslo on the fjord's east side, including Oslo Fjord. Moss Strait, on the fjord's west side from Oslo to Langesund, in main and biled, as well as the main and biled fairway area. A contract shall be signed for 1+1 year with one tenderer. The estimated value is NOK 8 million excluding VAT. Vat based on 2025 figuresDelkontrakt Nærøyfjorden includes Nærøyfjorden and i Vik municipality ́s sea area, main and biled, including the main and biled fairway areas as well as elsewhere in the municipalities' sea area as agreed with the Norwegian Coastal Administration. A contract shall be signed for 1+1 year with one tenderer. The estimated value is NOK 1 million excluding VAT. Vat based on 2025 figures Tenderers are free to submit a tender for one or several contract areas. The stated value estimates are based on the extent of the service in 20245 which was a mild ice winter. The extent in the contract period will therefore vary depending on ice conditions and traffic in the icebreaking area. The stated figures must therefore be seen as a guideline. The contract terms that are used are newly developed by the Norwegian Coastal Administration and adapted to the icebreaker service. We advise tenderers to familiarise themselves with the contract with the accompanying annexEs The contract will be signed for 1 year + 1 year with an option. The Norwegian Coastal Administration would like to adjust the duration of the contracts so that the Norwegian Coastal Administration next notice (1-2 years) a larger procurement that deals with all icebreaking areas and which will have a longer contract length.
Procedure identifier : 5227d49b-6d03-4f31-b9d8-53f4bc49d623
Internal identifier : 2025/2374
Type of procedure : Open
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 ): 63726000 Miscellaneous water transport support services
Additional classification ( cpv ): 63726200 Ice-breaking services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Maximum value of the framework agreement : 13 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Other

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

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-0001

Title : Icebreaker service - Sub-contract Oslo fjord
Description : The Oslo fjord from the Swedish border to Oslo on the fjord's east side, on the fjord's west side from Oslo to Langesund, in main and biled, as well as the main and biled's fairway area. Only in exceptional cases, where both parties agree in advance in writing, the vessel can be used outside the above mentioned areas: Map of the current icebreaker area, the tenderer can be found in Kystinfo.no by finding the above mentioned municipality(s), select the Theme Selector, Farled and Badges and select "Main and Biled" as well as "Fairway Area". If there is a revision of the main and biled fairway areas in the current municipality, the contract includes the at any given time applicable main and vehicle deed, and the main and biled ́s fairway area. The Norwegian Coastal Administration cannot state the exact volume of the signed season contracts. The attached "Tender Calculator," tab "Experience figures", shows experience from the Oslo fjord icebreaker area that can give a guideline to the icebreaker need a hard winter season with ice formation Estimated value for the contract period is NOK 8,000,000 excluding. The upper frame is NOK 12,000,000 excluding VAT, excluding VAT. VAT. The stated sums are based on the cost 2024 and 2025
Internal identifier : 2025/2373

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63726200 Ice-breaking services
Additional classification ( cpv ): 63726000 Miscellaneous water transport support services

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 12 Month

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone
Maximum value of the framework agreement : 12 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Documentation: Company Registration Certificate or equivalent from the tenderer's home country.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Experience from equivalent or relevant assignments/deliveries of the same scope, nature and complexity is required. Documentation requirement: A reference list shall be enclosed with the tender for the company ́s five most important relevant deliveries over the last three years, including their values, relevance, dates and recipients for the tenderer. The references are to be checked if necessary. A lack of experience from previous deliveries in the area of icebreaker services can be compensated for by showing that a named person connected to the company who has icebreaker competence and/or other relevant experience, and documentation of this competence shall then be enclosed.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/255899772.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 tenders : 14/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 2 Month
Information about public opening :
Opening date : 14/07/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : Oslo District Court
Organisation providing more information on the review procedures : KYSTVERKET -
Organisation receiving requests to participate : KYSTVERKET -
Organisation processing tenders : KYSTVERKET -

5.1 Lot technical ID : LOT-0002

Title : Icebreaker service - Sub-contract Nærøyfjorden
Description : Main and biled area and main and bileds fairway area in Nærøyfjorden - Gudvangen.  Only in exceptional cases, where both parties agree in advance in writing, the vessel can be used outside the above mentioned areas: Map of the current icebreaker area, the tenderer can be found in Kystinfo.no by finding the above mentioned municipality(s), select the Theme Selector, Farled and Badges and select "Main and Biled" as well as "Fairway Area". If there is a revision of the main and biled fairway areas in the current municipality, the contract includes the at any given time applicable main and vehicle deed, and the main and biled ́s fairway area. The Norwegian Coastal Administration cannot state the exact volume of the signed season contracts. The attached "Tender Calculator Nærøyfjorden", tab "Erfaringstall" shows experience from Nærøyfjorden's icebreaker area, which can give an indication of the icebreaker need a hard winter season with ice formation. The estimated value for the contract period is NOK 750,000 excluding VAT. The upper frame is NOK 1,500,000 excluding VAT, excluding VAT. VAT. The stated sums are based on the cost of the 2024 winter season.
Internal identifier : 2025/2372

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63726200 Ice-breaking services
Additional classification ( cpv ): 63726000 Miscellaneous water transport support services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 12 Month

5.1.5 Value

Estimated value excluding VAT : 500 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Documentation: Company Registration Certificate or equivalent from the tenderer's home country.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Experience from equivalent or relevant assignments/deliveries of the same scope, nature and complexity is required. Documentation requirement: A reference list shall be enclosed with the tender for the company ́s five most important relevant deliveries over the last three years, including their values, relevance, dates and recipients for the tenderer. The references are to be checked if necessary. A lack of experience from previous deliveries in the area of icebreaker services can be compensated for by showing that a named person connected to the company who has icebreaker competence and/or other relevant experience, and documentation of this competence shall then be enclosed.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/255899772.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 tenders : 14/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 2 Month
Information about public opening :
Opening date : 14/07/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : Oslo District Court
Organisation receiving requests to participate : KYSTVERKET -
Organisation processing tenders : KYSTVERKET -

8. Organisations

8.1 ORG-0001

Official name : KYSTVERKET
Registration number : 874783242
Postal address : Postboks 1502
Town : ÅLESUND
Postcode : 6025
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Gabriel Skofteland
Telephone : +47 07847
Internet address : http://www.kystverket.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 1ca6c90c-7ba8-4c57-b4ad-42be32c9dfe5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/06/2025 13:45 +00:00
Notice dispatch date (eSender) : 12/06/2025 14:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00386619-2025
OJ S issue number : 113/2025
Publication date : 16/06/2025