An official website of the European Union

341032-2023 - Competition

Notice View

Summary

2023-OJS110-341032-en
I.1.
Name and addresses
Official name: Bergen kommune - Etat for bygg og eiendom
National registration number: 964338531
Postal address: Postboks 7700
Town: BERGEN
NUTS code: NO Norge
Postal code: 5020
Country: Norway
Contact person: Torjan Haaland
Telephone: +47 05556
Internet address(es):
Address of the buyer profile: https://www.bergen.kommune.no/
I.5.
Main activity
General public services
II.1.1.
Title
EBE 16 - 2023 Purchase of goods - Purchase of a fender system
Reference number: 2023/64759
II.1.2.
Main CPV code
34516000 Marine fenders
II.1.3.
Type of contract
Supplies
II.1.5.
Estimated total value
Value excluding VAT: 6 000 000,00 NOK
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.2.
Additional CPV code(s)
42414120 Quayside cranes, 45241100 Quay construction work, 45241500 Wharf construction work, 45243600 Quay wall construction work
II.2.3.
Place of performance
NUTS code: NO0A2 Vestland
II.2.6.
Estimated value
Value excluding VAT: 6 000 000,00 NOK
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 07/07/2023 Local time: 12:00
IV.2.4.
Languages in which tenders or requests to participate may be submitted
Norwegian
VI.5.
Date of dispatch of this notice
05/06/2023

Languages and formats

Official language (Signed PDF)

BG
CS
DA
DE
EL
ES
ENDownload the signed pdf
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload the pdf
CSDownload the pdf
DADownload the pdf
DEDownload the pdf
ELDownload the pdf
ESDownload the pdf
ENDownload the pdf
ETDownload the pdf
FIDownload the pdf
FRDownload the pdf
GADownload the pdf
HRDownload the pdf
HUDownload the pdf
ITDownload the pdf
LTDownload the pdf
LVDownload the pdf
MTDownload the pdf
NLDownload the pdf
PLDownload the pdf
PTDownload the pdf
RODownload the pdf
SKDownload the pdf
SLDownload the pdf
SVDownload the pdf

Machine translation HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Notice

Official languageHelp icon
2023-OJS110-341032-en
341032-2023 - CompetitionNorway-Bergen: Marine fenders
OJ S 110/2023 09/06/2023
Contract notice
Supplies
Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1.
Name and addresses
Official name: Bergen kommune - Etat for bygg og eiendom
National registration number: 964338531
Postal address: Postboks 7700
Town: BERGEN
NUTS code: NO Norge
Postal code: 5020
Country: Norway
Contact person: Torjan Haaland
Telephone: +47 05556
Internet address(es):
Address of the buyer profile: https://www.bergen.kommune.no/
I.3.
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/204350603.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/204350603.aspx
I.4.
Type of the contracting authority
Regional or local authority
I.5.
Main activity
General public services

Section II: Object

II.1.
Scope of the procurement
II.1.1.
Title
EBE 16 - 2023 Purchase of goods - Purchase of a fender system
Reference number: 2023/64759
II.1.2.
Main CPV code
34516000 Marine fenders
II.1.3.
Type of contract
Supplies
II.1.4.
Short description
Bergen Municipality is responsible for the management and development of Bergen Municipality's property assets, quayside facilities and undeveloped areas, including operation, maintenance, rehabilitation, development, letting and leasing.
The purpose of the procurement is to enter into an agreement for the delivery of plate fenders for mooring and securing the quays at Bergen Municipality's properties. 
II.1.5.
Estimated total value
Value excluding VAT: 6 000 000,00 NOK
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.
Description
II.2.2.
Additional CPV code(s)
42414120 Quayside cranes, 45241100 Quay construction work, 45241500 Wharf construction work, 45243600 Quay wall construction work
II.2.3.
Place of performance
NUTS code: NO0A2 Vestland
Main site or place of performance: Bergen
II.2.4.
Description of the procurement
The procurement concerns the purchase of plate fenders for the quay Skolten Nord 1-2-3 (hereinafter called Skolten N) and Bontelabo 1 (hereinafter called Bontelabo). Plate fenders must be customised to both the structure of the quay and the distance from the quay front. Bontelabo is 105 metres long and will be equipped with approx. 5 plate fenders. These fender plates must not be closer than 1.3 metres from the quayside. Skolten N is 330 metres long and will be equipped with approx. 15 plate fenders. These fender plates must not be closer than 1.5 metres from the quayside.
Plate fenders must be custom fabricated to 1/10, and the fenders mounted on the quay front must be vertical. Fenders must not extend above the quay rail which is approx. 20cm above the quayside, due to challenges with cables. Annex 1b - Fender location Skolten Nord and Bontelabo, shows that there is a break in Skolten N approx. 105 metres in, so the fendering here must go in 2 different directions and not go over one. Skolten N is made of loose granite stone, which means that an anchoring/fixing device is required at the rear. This means that the plate fenders must be equipped with some form of fastening device over the quay edge, with a length of approx. 2 metres. Bontelabo has the same quay structure and thus requires roughly the same form of fastening device.
This procurement only concerns the delivery of plate fenders with mounting systems. Bergen Municipality has the technical equipment and will use its own framework agreement supplier to install these plate fenders.
An illustration of the proposed design solution is attached in Annex 1a - Illustration of the proposed system for the layout. This is only an example and tenderers are encouraged to provide proposals for systems that fulfil the contracting authority's requirements. Annex 1a also includes a picture of a facility (Jekteviken installation) as an example.
The contracting authority prefers that the fenders and fastening system to have an inviting design. Tenderers must prepare illustrations of the designs being offered.
Budgetary decisions, political guidelines, outsourcing or changes in the municipality's activities and organisation are subject to change.
II.2.5.
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6.
Estimated value
Value excluding VAT: 6 000 000,00 NOK
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10.
Information about variants
Variants will be accepted: no
II.2.11.
Information about options
Options: no
II.2.13.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information

Section III: Legal, economic, financial and technical information

III.1.
Conditions for participation
III.1.1.
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Tenderers must be registered in a company register or trade register in the member state where the tenderer is established. As described in annex XI of directive 2014/24/EU; tenderers from certain member countries can be required to fulfil other requirements in the mentioned annex.
Minimum requirements for the qualification requirements:
Description of the requirement/documentation: Tenderers must be a legally established company. Documentation: Tenderers registered in the Norwegian Register of Business Enterprises do not need to enclose documentation. The contracting authority will control the registration by using the organisation number provided in the tenderer's Mercell profile. For tenderers that are not registered in the above-mentioned register, the tenderer must provide certificates or confirmation of registration (equivalent to a company registration certificate) in a trade register or company register as described in the legislation in the country where the tenderer is established. The certificate must not be issued more than 6 months prior to the tender deadline.
III.1.2.
Economic and financial standing
List and brief description of selection criteria:
Other economic and financial requirements:
In regards to any other economic and financial requirements stated in the tender notice or in the procurement documents, the tenderer must verify:
Minimum level(s) of standards possibly required:
Minimum requirements for the qualification requirements:
Description of requirements/documentation: Minimum qualification requirement: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. The contracting authority will obtain a credit rating for each tenderer. The assessment will be based on the so-called credit rating assessment, i.e. a credit rating from a credit institution, a part judgement and historical rating of the respective tenderer. For this contract, creditworthiness with a requirement for a guarantee will be sufficient to fulfil the requirement. The tenderer's credit rating must not be worse than B (low risk) or equivalent if another rating system is used (numerical assessment). Tenderers with a rating lower than "B” or equivalent will be rejected. Recently established Providers shall not have a score lower than AN (worthy of credit, recently established companies) or equivalent if a different form of score is used (assessment of figures). Recently established service providers can present a bank guarantee as proof of credit worthiness. Documentation for Norwegian tenderers: The contracting authority will obtain a credit assessment for the individual tenderer from DIFI's eBevis, Proff Forvalt (https://forvalt.no/) and/or via information provided by Creditsafe (https://www.creditsafe.com). The contracting authority can also obtain further information from the Brønnøysund Register Centre. Note that the tender documentation includes guidelines on how tenderers can supplement available information if wanted. Documentation for foreign tenderers: Tenderers must, upon request, submit a credit rating report from a company that has a licence from the Norwegian Data Protection Authority to operate a credit information company in Norway, possibly from a company with the equivalent certification in a member country of the EU/EEA. The credit rating report must be based on updated accounting information.

Section IV: Procedure

IV.1.
Description
IV.1.1.
Type of procedure
Open procedure
IV.1.3.
Information about a framework agreement or a dynamic purchasing system
IV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2.
Administrative information
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 07/07/2023 Local time: 12:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4.
Languages in which tenders or requests to participate may be submitted
Norwegian
IV.2.6.
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7.
Conditions for opening of tenders
Date: 07/07/2023 Local time: 12:00

Section VI: Complementary information

VI.1.
Information about recurrence
This is a recurrent procurement: no
VI.3.
Additional information
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: Bergen tingrett
Town: Bergen
Country: Norway
VI.5.
Date of dispatch of this notice
05/06/2023