Work vessel - the skerry service

The Contracting Authority needs to procure a new ready-to-use work vessel for the operation of the Skerry Service in Ryfylke, which is designed and equipped with regard to the assignments that shall be carried out. The vessel shall be used in the port and water areas for the implicated municipalities, …

CPV: 34500000 Ships and boats, 34000000 Transport equipment and auxiliary products to transportation, 34510000 Ships, 34513000 Fishing, emergency and other special vessels, 34520000 Boats, 34521000 Specialised boats
Deadline:
April 23, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Work vessel - the skerry service
Awarding body:
Sandnes kommune
Award number:
25/00118

1. Buyer

1.1 Buyer

Official name : Sandnes kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Ryfylke Friluftsråd
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : Environmental protection

2. Procedure

2.1 Procedure

Title : Work vessel - the skerry service
Description : The Contracting Authority needs to procure a new ready-to-use work vessel for the operation of the Skerry Service in Ryfylke, which is designed and equipped with regard to the assignments that shall be carried out. The vessel shall be used in the port and water areas for the implicated municipalities, but shall also be dimensioned and equipped for use in speed areas up to Small CoastAl Speed. The vessel shall be of the catamaran type and the hull shall be made of fibreglass reinforced plastic (GRP)/composite. General specifications: - Length: 14.99m LOA - Width: minimum 6.5m, maximum 7m - Propulsion system: Double installation with diesel and ordinary propeller system - Classification: The Norwegian Maritime Directorate, FOR-2014-12-19-1853 - Regulations on the construction and inspection of smaller cargo ships - Passenger numbers: 12 in total - Speed area: 5 - Small coastal speed
Procedure identifier : 2ecfcaf8-cfc1-4b67-beba-c1eb3c4b8aaa
Internal identifier : 25/00118
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 : Supplies
Main classification ( cpv ): 34500000 Ships and boats
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34510000 Ships
Additional classification ( cpv ): 34513000 Fishing, emergency and other special vessels
Additional classification ( cpv ): 34520000 Boats
Additional classification ( cpv ): 34521000 Specialised boats

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
Purely national exclusion grounds : In accordance with the current regulations.
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Work vessel - the skerry service
Description : The Contracting Authority needs to procure a new ready-to-use work vessel for the operation of the Skerry Service in Ryfylke, which is designed and equipped with regard to the assignments that shall be carried out. The vessel shall be used in the port and water areas for the implicated municipalities, but shall also be dimensioned and equipped for use in speed areas up to Small CoastAl Speed. The vessel shall be of the catamaran type and the hull shall be made of fibreglass reinforced plastic (GRP)/composite. General specifications: - Length: 14.99m LOA - Width: minimum 6.5m, maximum 7m - Propulsion system: Double installation with diesel and ordinary propeller system - Classification: The Norwegian Maritime Directorate, FOR-2014-12-19-1853 - Regulations on the construction and inspection of smaller cargo ships - Passenger numbers: 12 in total - Speed area: 5 - Small coastal speed
Internal identifier : 25/00118

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34500000 Ships and boats
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34510000 Ships
Additional classification ( cpv ): 34513000 Fishing, emergency and other special vessels
Additional classification ( cpv ): 34520000 Boats
Additional classification ( cpv ): 34521000 Specialised boats
Options :
Description of the options : Option: approx. 2.5 metres of rail at the stern of the crane must be able to be opened or lifted off. Option: Carpenter/stone sewage hydrate. offset to approx. 12 m with arrangement for tubes for the timber claw. Option: Light in the bow, the tenderer outlines a solution Option: Third monitor on map/radar Option: Bow camera Option: Engine room camera Option: Engine heaters with a maximum temperature of 50 °.

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 1 Year

5.1.5 Value

Estimated value excluding VAT : 20 000 000 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial capacity
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of "Credit worthy", i.e. tenderers must be in risk class 5 or higher on Experians scale. In addition the tenderer must have had average operating incomes of more than NOK 200,000. NOK 30 million in the last three (3) fiscal years.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality Assurance System
Description : Tenderers are required to have a well-functioning system for ensuring quality, adapted to the nature and scope of the assignment.
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental management system
Description : Tenderers are required to have a well-functioning environmental management system, adapted to the nature and scope of the assignment.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications - Experience
Description : Tenderers shall have experience from at least two (2) relevant assignments for deliveries of a vessel of an equivalent extent and complexity as those described in the tender documentation, for a private or public entity.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer's technical and professional qualifications - Capacity
Description : Tenderers must have sufficient technical resources and the capacity to complete the assignment.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Quality assurance and system
Description :
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Service and warranty
Description :
Weight (percentage, exact) : 15
Criterion :
Type : Quality
Name : Delivery date
Description :
Weight (percentage, exact) : 5
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 : 10/04/2025 10:00 +00:00

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
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 23/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 23/04/2025 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 and annexes.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the tender documentation and annexes.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland Tingrett
Organisation providing offline access to the procurement documents : Ryfylke Friluftsråd
Organisation receiving requests to participate : Ryfylke Friluftsråd
Organisation processing tenders : Ryfylke Friluftsråd

8. Organisations

8.1 ORG-0001

Official name : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country : Norway
Contact point : Steven Mellum
Telephone : +47 51336215
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Ryfylke Friluftsråd
Registration number : 974247178
Town : Stavanger
Postcode : 4020
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Steven Mellum
Telephone : 97135222
Roles of this organisation :
Buyer
Group leader
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0003

Official name : Sør-Rogaland Tingrett
Registration number : 926723448
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52004600
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : b83001ef-4049-4140-bc6f-9798a30c031a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/03/2025 07:30 +00:00
Notice dispatch date (eSender) : 07/03/2025 08:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00154235-2025
OJ S issue number : 48/2025
Publication date : 10/03/2025