Submitting Kjøllefjord Fishing Port

The aim of the measure is to increase safety by building two piers that shall provide better protection against waves during submission, increase the depth of the inner harbour as well as facilitate better lying conditions and utilisation of a larger area in Kjøllefjord fishing port. The aim of the …

CPV: 45243300 Gradbena dela na zidu morja, 45244000 Gradbena dela na objektih na in v morju, 45244200 Pomoli, 45247100 Gradbena dela na vodnih poteh, 45252124 Bagranje in črpanje, 45262640 Dela za izboljšanje okolja
Rok:
24. junij 2025. 10:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Submitting Kjøllefjord Fishing Port
Organ za podeljevanje:
KYSTVERKET
Številka dodelitve:
2022/408

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 : Submitting Kjøllefjord Fishing Port
Description : The aim of the measure is to increase safety by building two piers that shall provide better protection against waves during submission, increase the depth of the inner harbour as well as facilitate better lying conditions and utilisation of a larger area in Kjøllefjord fishing port.
Procedure identifier : 7e342dbd-2442-459c-8980-2cd2ae718a36
Internal identifier : 2022/408
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : DeepeningIn the inner harbour, two parts are: the northern part shall be deepened to 7 metres in depth and the southern part to 6 metres in depth. This involves excavation of approx. 70,000 pfm3 of matter, of which approx. 27,000 pfm3 are blasted stone and 43,000 pfm3 are uncompacted matter. The blasted masses shall be reused in planned piers or beach canteen land and polluted matter shall be deposited at the shorey edge deposit in the inner harbour, clean uncompacted matter shall be used for filling up the remaining capacity in the seafront landfill and as covering and filling masses in the pier North, any surplus masses shall be placed in the seabed deposit within piers. The piers project includes two new piers. The North Pier stretches from the Club and 150 m south-southwest with a foundation that goes down to approx. -35 m and a total mass treatment of approx. 390,000 pam3. Søndre pier will stretch 320 m northwest from the existing pier, with a foundation that stretches down to approx. 20 m and total mass treatment of approx. 250,000 pam3. Note that it is left to tenderers to find good solutions for procuring necessary matter for breakwater construction and that this can be of great importance in the tender. Landfill: A beach edge landfill shall be constructed in the inner port for handling polluted matter. A sjeté shall be constructed before deepening. The total mass treatment for building the chips is approx. 40,000 pam3.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45243300 Sea wall construction work
Additional classification ( cpv ): 45244000 Marine construction works
Additional classification ( cpv ): 45244200 Jetties
Additional classification ( cpv ): 45247100 Construction work for waterways
Additional classification ( cpv ): 45252124 Dredging and pumping works
Additional classification ( cpv ): 45262640 Environmental improvement works

2.1.2 Place of performance

Postal address : Kjøllefjord Fiskerihavn
Town : Kjøllefjord
Postcode : 9790
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Additional information : Finnmark

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement over the EEA threshold.
Anskaffelsesforskriften - Minor adjustments to typos made in uploaded revised documents.

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 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?
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.
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Submitting Kjøllefjord Fishing Port
Description : The aim of the measure is to increase safety by building two piers that shall provide better protection against waves during submission, increase the depth of the inner harbour as well as facilitate better lying conditions and utilisation of a larger area in Kjøllefjord fishing port.
Internal identifier : 2022/408

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45243300 Sea wall construction work
Additional classification ( cpv ): 45244000 Marine construction works
Additional classification ( cpv ): 45244200 Jetties
Additional classification ( cpv ): 45247100 Construction work for waterways
Additional classification ( cpv ): 45252124 Dredging and pumping works
Additional classification ( cpv ): 45262640 Environmental improvement works

5.1.2 Place of performance

Postal address : Kjøllefjord Fiskerihavn
Town : Kjøllefjord
Postcode : 9790
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Additional information : Finnmark

5.1.3 Estimated duration

Start date : 29/06/2025
Duration end date : 02/10/2028

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 : 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 Description of the requirement/documentation: Documentation: • Norwegian companies: Company Registration Certificate (e-proof) • Foreign companies: Proof of payment that the company is registered in a company register, professional register or a trade register in the state the tenderer is established.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements Description of the requirement/documentation: The average annual turnover in the last three financial years is required, of at least NOK 90 million. The accounts from the last three financial years must be presented as documentation.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Description of requirements/documentation: The tenderer has good finances, this means: The tenderer shall be credit worthy, have satisfactory liquidity and low risk of bankruptcy. A credit rating from a credit rating institution shall be enclosed, such as Dun & Bradstreet, Experian. The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past two years. The credit rating shall not be older than six months from the tender deadline. (Whoever will use other companies to fulfil this requirement shall enclose equivalent documentation from these companies, as well as a binding statement). Tenderers are required to have paid their taxes and duties. Arrears in taxes and duties will result in rejection. A tax, payroll tax and VAT certificate shall be enclosed, not older than 6 months. Foreign tenderers must provide equivalent certificates from the tenderer ́s home country. The documents shall be in Norwegian. Documentation in English, Swedish or Danish is accepted for foreign tenderers. Norwegian tenderers who are not VAT obliged must provide confirmation of this from the Norwegian tax authorities. Sub-suppliers who shall be used in connection with the contract must submit tax certificates in accordance with the requirement, cf. the Public Procurement Regulations § 7-2 (3). Who shall meet the requirement: - The tenderer. - Companies that the tenderer will use through a commitment statement to fulfil any qualification requirement. - If several tenderers participate in the competition jointly (e.g. joint venture/working partnership), all participants in the working partnership must fulfil the requirement.
Criterion : References on specified works
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration. Minimum qualification requirements Description of the requirement/documentation: Experience from equivalent or relevant assignments/deliveries in relation to scope, character and complexity is required. A reference list of the company's most important relevant deliveries over the last five years must be included with the tender, including their values, relevance, dates and recipients. The references are to be checked if necessary. Who shall fulfil the requirement: Tenderers must have experience with carrying out the work in question. If a tenderer must rely on other companies to fulfil the requirement for the necessary experience, a commitment statement, ESPD form and reference projects from sub-contractors must be enclosed with the tender.

5.1.11 Procurement documents

Deadline for requesting additional information : 16/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257595627.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 24/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 24/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : no

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 : KOFA -
Organisation providing more information on the review procedures : 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 : Hallvard Svendsen
Telephone : +47 07847
Internet address : http://www.kystverket.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : KOFA
Registration number : KOFA
Department : KOFA
Town : Bergen
Postcode : 5805
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Telephone : 55 19 30 00
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 2ddfc7f6-c7e0-45c7-aa2b-5191128ff643-01
Main reason for change : Information updated
Description : Minor typos are adjusted in revised uploaded documents.

10.1 Change

Section identifier : PROCEDURE
Notice information
Notice identifier/version : 6ae310fb-f277-43a9-b001-f49e082aeb32 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/05/2025 08:35 +00:00
Notice dispatch date (eSender) : 22/05/2025 08:48 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00335432-2025
OJ S issue number : 99/2025
Publication date : 23/05/2025