Prequalification workbter

The Norwegian Defence Materiel Agency (NDMA) invites suppliers to pre-qualification for the procurement of a Framework Agreement for up to 8 Work Boats. The procedure will be carried out as a negotiated procedure, divided into a Pre-Qualification Phase (this phase) and a Tendering Phase. The Norwegian Defence Materiel Agency (NDMA) …

CPV: 34521000 Łodzie specjalistyczne, 34500000 Statki i łodzie, 34512000 Statki i podobne jednostki pływające, do transportu osób lub towarów, 34513000 Kutry połowowe, jednostki ratownicze i inne jednostki specjalne, 34513350 Statki do wykonywania nurkowania, 34520000 Łodzie, 35000000 Sprzęt bezpieczeństwa, gaśniczy, policyjny i obronny, 35500000 Okręty wojenne i ich części, 35510000 Okręty wojenne, 35511000 Nawodna jednostka bojowa, 35513000 Stawiacze min i okręty pomocnicze
Miejsce wykonania:
Prequalification workbter
Miejsce udzielenia zamówienia:
FORSVARSMATERIELL
Numer nagrody:
2021043718

1. Buyer

1.1 Buyer

Official name : FORSVARSMATERIELL

2. Procedure

2.1 Procedure

Title : Prequalification workbter
Description : The Norwegian Defence Materiel Agency (NDMA) invites suppliers to pre-qualification for the procurement of a Framework Agreement for up to 8 Work Boats. The procedure will be carried out as a negotiated procedure, divided into a Pre-Qualification Phase (this phase) and a Tendering Phase.
Procedure identifier : ea494d8f-539f-4173-929f-5c897d1daaed
Internal identifier : 2021043718
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 : Divided into a prequalification phase and a tender phase. Tenderers will be invited to submit a tender. See the tender documentation for further information.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34521000 Specialised boats
Additional classification ( cpv ): 34500000 Ships and boats
Additional classification ( cpv ): 34512000 Ships and similar vessels for the transport of persons or goods
Additional classification ( cpv ): 34513000 Fishing, emergency and other special vessels
Additional classification ( cpv ): 34513350 Dive-support vessels
Additional classification ( cpv ): 34520000 Boats
Additional classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Additional classification ( cpv ): 35500000 Warships and associated parts
Additional classification ( cpv ): 35510000 Warships
Additional classification ( cpv ): 35511000 Surface combatant
Additional classification ( cpv ): 35513000 Mine warfare and auxiliary ships

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The boats shall be delivered in Norway.

2.1.3 Value

Maximum value of the framework agreement : 2 800 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2009/81/EC
Forsvar og sikkerhet -

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Prequalification workbter
Description : The Norwegian Defence Materiel Agency (NDMA) invites suppliers to pre-qualification for the procurement of a Framework Agreement for up to 8 Work Boats. The procedure will be carried out as a negotiated procedure, divided into a Pre-Qualification Phase (this phase) and a Tendering Phase.
Internal identifier : 2021043718

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34521000 Specialised boats
Additional classification ( cpv ): 34500000 Ships and boats
Additional classification ( cpv ): 34512000 Ships and similar vessels for the transport of persons or goods
Additional classification ( cpv ): 34513000 Fishing, emergency and other special vessels
Additional classification ( cpv ): 34513350 Dive-support vessels
Additional classification ( cpv ): 34520000 Boats
Additional classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Additional classification ( cpv ): 35500000 Warships and associated parts
Additional classification ( cpv ): 35510000 Warships
Additional classification ( cpv ): 35511000 Surface combatant
Additional classification ( cpv ): 35513000 Mine warfare and auxiliary ships

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The boats shall be delivered in Norway.

5.1.3 Estimated duration

Duration : 7 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Maximum value of the framework agreement : 2 800 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer's ("total" annual turnover for the requested financial year in the notice or in the procurement documents is as follows: The candidate shall have the necessary economic and financial standing to perform the contract, including a satisfactory operating margin, liquidity ratio and equity. Documentation requirement: Financial statement, including notes with the board of directors' report and auditor's report, from the last 3 years. If the accounts from the previous year are not available at the deadline for submission of the requests to participate, the provisional annual accounts for the previous year may be enclosed. If, for any valid reason, the candidate is unable to provide the requested documentation, for instance if the candidate is a newly established entity, it may prove its economic and financial standing by any other document which the contracting authority considers appropriate.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and 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:
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? The candidate shall have established, implemented, and maintained a quality management system that complies with the requirements of ISO 9001:2015, or recognised equivalent international standard. 2. The candidate shall have established, implemented, and maintained an information security management system. Documentation requirement: 1. The candidate shall have established, implemented, and maintained a quality management system that complies with the requirements of ISO 9001:2015, or recognised equivalent international standard. The candidate shall enclose a copy of a valid ISO 9001:2015 certificate issued by an accredited third-party certification body. The scope of the certificate must be clearly described, as required by ISO 9001:2015 para. 4.3, and shall include all areas and activities that will be involved in the deliveries under this contract. If the candidate does not have an accredited ISO 9001:2015 third party certification, the candidate shall fill out and send in the enclosed Compliance Matrix in Appendix 10, showing the relations between ISO 9001:2015 and the candidate's quality management system (see Information Explanation in the Compliance Matrix). Where the candidate is a group of economic operators (joint ventures, consortia, etc.), the documentation required above, shall be delivered by every single participant in the group who has a delivery under the contract. The candidate shall describe the contribution of each single participant during the contract, and how the candidate will ascertain the implementation of the management systems for the group. 2. If the candidate is certified to ISO 27001 or an equivalent standard, a copy of a valid certificate issued by an accredited third-party certification body. If the candidate is not certified to such a standard, a description of the candidate's information security management system. The contracting authority reserves the right to, or a competent official body of the country in which the candidate is established on its behalf, carry out a check on the control measures it will operate. Where the candidate is a group of economic operators (joint ventures, consortia, etc.), the documentation required above, shall be delivered by every single participant in the group who has a delivery under the contract. The candidate shall describe the contribution of each single participant during the contract, and how the candidate will ascertain the implementation of the management systems for the group.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Qualification requirement: The candidate shall have established, implemented, and maintained an environmental management system. Documentation requirement: If the candidate is certified to ISO 14001 or an equivalent standard, a copy of a valid certificate drawn up by an accreditation body attesting that Candidate's environmental management system complies with such a standard. If the candidate is not certified to such a standard, a description of the candidate's environmental management system should at least include: 1. An environmental policy 2. An overview of the most significant environmental impacts (environmental aspects) of the operations 3 Evidence that the company imposes environmental requirements on its subcontractors 4. A description of how the environmental work is organised and the distribution of responsibilities 5 A description of the company's preparedness to deal with emergency situations with potential adverse environmental impacts on 6 February 2017. A description of the resources required to establish, implement, maintain, and continuously improve the environmental management system. Where the candidate is a group of economic operators (joint ventures, consortia, etc.), the documentation required above, shall be delivered by every single participant in the group who has a delivery under the contract. The candidate shall describe the contribution of each single participant during the contract, and how the candidate will ascertain the implementation of the management systems for the group.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. The candidate shall be a legally established company, registered in a professional, trade or business register in its state of origin or establishment. Documentation requirement: QR2 The candidate shall be a legally established company, registered in a professional, trade or business register in its state of origin or establishment. Current certificate of registration. For Norwegian candidates: - Certificate of Registration (firmaattest) For foreign candidates: - Certificate of Registration
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Name : Uphold tax obligations
Description : Qualification requirement: The Candidate shall ensure that it properly fulfils its obligations regarding the payment of tax and VAT. Documentation requirement: Tax certificate which is not older than 6 months calculated from the application deadline. Tax certificates regarding: For Norwegian contractors: • Certificate issued by a tax collector or the Norwegian Tax Administration regarding: Value added tax Payroll tax For foreign contractors: • Foreign contractors must submit corresponding certificates from their countries, documenting proper fulfilment of their obligations regarding the payment of taxes and duties. - If the authorities in the relevant country do not issue such certificates, the Candidate must submit a declaration which confirms that all taxes and duties are paid. The declaration must be approved and signed by the contractor's CFO/financial manager.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Only for public goods deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important 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. The candidate must have good experience from similar deliveries. Documentation requirement: A list of the Candidate ́s 3 most relevant assignments during the past 5 years. In order to secure sufficient competition, documentation for deliveries performed by the Candidate more than five years ago may also be taken into consideration. The overview must include a specification of: - The value of the assignment - Time - Brief description of the delivery It is the Candidate ́s responsibility to document relevance through the description. A list of the Candidate ́s experience with deliveries using Sea Cross navigation system or a Letter of Intent stating the intention of using Sea Cross navigation system for this Framework Agreement.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. The Candidate shall have adequate capabilities and structures to provide Logistic Support in the functional lifetime of the boats. 2. The candidate shall have sufficient technical and professional capacity to perform the contract. 3. The candidate shall have the necessary skills, efficiency, expertise and reliability to perform the contract. Documentation requirement: The candidate shall describe his capability to provide Logistic Support in the functional lifetime for the boats. The Candidate shall describe his capability to perform Candidate ́s Logistic Support during the systems ́ expected lifetime, e.g. operation manuals, corrective and preventive maintenance, delivery of spare parts and technical support. A description of technical personnel, tools, material and technical equipment at the Candidate ́s disposal to execute the contract A description of education and experience of the personnel available to the Candidate to execute the contract. CVs are not requested in this connection An indication of the proportion of the contract which the economic operator intends possibly to subcontract If, for any valid reason, the candidate is unable to provide the requested documentation, it may prove its technical and/or professional ability by any other document which the contracting authority/entity considers appropriate. The contracting authority reserves the right to, or a competent official body of the country in which the candidate is established on its behalf, carry out a check on the production capacity and technical capacity of the candidate.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The candidate shall have a management system which ensures that due diligence is performed in the supply chain for the performance of the contract. 2. The legal ownership of the candidate must not represent a security risk for Norway. Documentation requirement: 1. A description of the candidate's management system for the performance of supply chain due diligence, including information on how the candidate - identifies and assess risks in the supply chain - design and implement strategies to respond to identified risks - carry out independent third-party audits Where the candidate is a group of economic operators (joint ventures, consortia, etc.), the documentation required above, shall be delivered by every single participant in the group who has a delivery under the contract. The candidate shall describe the contribution of each single participant during the contract, and how the candidate will ascertain the implementation of the management systems for the group. 2. QR11 The legal ownership of the candidate must not represent a security risk for Norway. The candidate shall document its legal organisation in terms of ownership structure and possible group affiliation. The requirement must be documented by complete organisation charts that show an overview of the ownership structure and group, with legally correct company names, organisation numbers, and the state in which the various companies in the group are domiciled. The organisation charts must include: 1. Parent company and other shareholders (ultimate owner company ownership) 2. Subsidiary and sister companies and ownership of these companies (ultimate owner company ownership) Listed companies must disclose at least their 10 largest shareholders. The documentation must be updated at the time of submission of the application.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with certificates.
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : When procuring goods: Certificates issued by official bodies for quality control
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Use of this criterion : Not used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 6

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Relevant experience
Description : The candidate with the most relevant experience from similar deliveries with particular focus on references on efficiency, experience, and reliability.
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Tehcnical and professional capacity
Description : The candidate with the most technical and professional capacity with a particular focus on long term reliability.
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Competence to execute the contract
Description : The candidate with the most competence to execute the contract with a particular focus on efficiency, expertise and reliability.
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Economic and financial standing
Description : Necessary economic and financial standing to perform the contract.
Weight (percentage, exact) : 10
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
Deadline for requesting additional information : 28/04/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254295577.aspx
Ad hoc communication channel :
Name : Mercell

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 30/05/2025
Terms of submission :
Obligatory indication of subcontracting : The share of the contract that the tenderer intends to subcontract
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Variants : Not allowed
Deadline for receipt of requests to participate : 12/05/2025 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : See the tender documents.
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 documents.
Electronic payment will be used : yes
Financial arrangement : See the tender documents.
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.
Information about review deadlines : See the tender documents.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Organisation providing additional information about the procurement procedure : FORSVARSMATERIELL
Organisation providing offline access to the procurement documents : FORSVARSMATERIELL
Organisation receiving requests to participate : FORSVARSMATERIELL
Organisation processing tenders : FORSVARSMATERIELL

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 : Katarina Einem Wågen
Telephone : +47 55 50 30 85
Internet address : https://FMA.NO
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Town : Oslo
Country : Norway
Telephone : +47 22 03 52 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : e270789e-1fdc-46e8-ba21-53488e2eccec - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/04/2025 07:45 +00:00
Notice dispatch date (eSender) : 08/04/2025 07:46 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00228980-2025
OJ S issue number : 70/2025
Publication date : 09/04/2025