The assignment "Recipient surveys of the fjord system around Bergen - from Bjørnafjorden to Gulen (2026 - 2030)" is a collaboration between the Government Manager in Vestland and the municipalities of Alver, Askøy, Bergen, Bjørnafjorden, Osterøy and Øygarden, with Bergen municipality as project manager and contracting authority. New in the period 2026-2030 is that the recipient studies shall be carried out in cooperation with the Government Manager in Vestland. Due to this cooperation, the area of investigation has been expanded somewhat compared to previous surveys and for the same reason there may also be some extra stations that can be included in the monitoring programme during the period. These are listed in the option list in Annex 2 Program. The starting point for the assignment is in previously completed recipient surveys for the municipalities, with special emphasis on the extensive "Byfjord surveys" that Bergen municipality carried out in the periods 1973-74, 1979-84, 1990-94, 2000-04, 2011-2016, 2017-20 and 2022-2024. The area covers several fjord sections, which are joint recipients for 2-3 municipalities. The aim of the procurement is to comply with authority requirements on monitoring of recipients in accordance with the Pollution Regulations § 14.9 and the emission permits in each municipality. Furthermore, the procurement shall state the environment and classify the water sources as well as map what possible influences the sewage water has on the water sources. The monitoring programme shall also be used to look at the environmental condition of the main fjord system as a whole, with a particular focus on oxygen content and the oxygen replacement in the main fjord system. The principles and methods in the water regulations shall be followed by monitoring, unless otherwise stated. Tenderers must take into account the time spent on invoicing everyone who contributes to the splice layer. The Contracting Authority provides an overview of actors, invoicing addresses and amounts. Overview of the areas is shown in Annex 1 Map and station overview for the individual areas is given in Annex 2 Program.
Frist
Fristen for mottak av tilbud var 2026-01-06.
Anskaffelsen ble publisert 2025-11-21.
Kunngjøring av konkurranse (2025-11-21) Gjenstand Anskaffelsens omfang
Tittel: BV 2025-32 - Recipient examinations of the fjord systems around Bergen – from Bjørnafjorden to Gulen (2026-2030)
Referansenummer: 2025/94598
Kort beskrivelse:
“The assignment "Recipient surveys of the fjord system around Bergen - from Bjørnafjorden to Gulen (2026 - 2030)" is a collaboration between the Government...”
Kort beskrivelse
The assignment "Recipient surveys of the fjord system around Bergen - from Bjørnafjorden to Gulen (2026 - 2030)" is a collaboration between the Government Manager in Vestland and the municipalities of Alver, Askøy, Bergen, Bjørnafjorden, Osterøy and Øygarden, with Bergen municipality as project manager and contracting authority. New in the period 2026-2030 is that the recipient studies shall be carried out in cooperation with the Government Manager in Vestland. Due to this cooperation, the area of investigation has been expanded somewhat compared to previous surveys and for the same reason there may also be some extra stations that can be included in the monitoring programme during the period. These are listed in the option list in Annex 2 Program. The starting point for the assignment is in previously completed recipient surveys for the municipalities, with special emphasis on the extensive "Byfjord surveys" that Bergen municipality carried out in the periods 1973-74, 1979-84, 1990-94, 2000-04, 2011-2016, 2017-20 and 2022-2024. The area covers several fjord sections, which are joint recipients for 2-3 municipalities. The aim of the procurement is to comply with authority requirements on monitoring of recipients in accordance with the Pollution Regulations § 14.9 and the emission permits in each municipality. Furthermore, the procurement shall state the environment and classify the water sources as well as map what possible influences the sewage water has on the water sources. The monitoring programme shall also be used to look at the environmental condition of the main fjord system as a whole, with a particular focus on oxygen content and the oxygen replacement in the main fjord system. The principles and methods in the water regulations shall be followed by monitoring, unless otherwise stated. Tenderers must take into account the time spent on invoicing everyone who contributes to the splice layer. The Contracting Authority provides an overview of actors, invoicing addresses and amounts. Overview of the areas is shown in Annex 1 Map and station overview for the individual areas is given in Annex 2 Program.
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Undervanns undersøkelsestjenester📦 Beskrivelse
Beskrivelse av anskaffelsen:
“The assignment "Recipient surveys of the fjord system around Bergen - from Bjørnafjorden to Gulen (2026 - 2030)" is a collaboration between the Government...”
Beskrivelse av anskaffelsen
The assignment "Recipient surveys of the fjord system around Bergen - from Bjørnafjorden to Gulen (2026 - 2030)" is a collaboration between the Government Manager in Vestland and the municipalities of Alver, Askøy, Bergen, Bjørnafjorden, Osterøy and Øygarden, with Bergen municipality as project manager and contracting authority. New in the period 2026-2030 is that the recipient studies shall be carried out in cooperation with the Government Manager in Vestland. Due to this cooperation, the area of investigation has been expanded somewhat compared to previous surveys and for the same reason there may also be some extra stations that can be included in the monitoring programme during the period. These are listed in the option list in Annex 2 Program. The starting point for the assignment is in previously completed recipient surveys for the municipalities, with special emphasis on the extensive "Byfjord surveys" that Bergen municipality carried out in the periods 1973-74, 1979-84, 1990-94, 2000-04, 2011-2016, 2017-20 and 2022-2024. The area covers several fjord sections, which are joint recipients for 2-3 municipalities. The aim of the procurement is to comply with authority requirements on monitoring of recipients in accordance with the Pollution Regulations § 14.9 and the emission permits in each municipality. Furthermore, the procurement shall state the environment and classify the water sources as well as map what possible influences the sewage water has on the water sources. The monitoring programme shall also be used to look at the environmental condition of the main fjord system as a whole, with a particular focus on oxygen content and the oxygen replacement in the main fjord system. The principles and methods in the water regulations shall be followed by monitoring, unless otherwise stated. Tenderers must take into account the time spent on invoicing everyone who contributes to the splice layer. The Contracting Authority provides an overview of actors, invoicing addresses and amounts. Overview of the areas is shown in Annex 1 Map and station overview for the individual areas is given in Annex 2 Program.
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-01-06 11:00:00 📅
Vilkår for åpning av tilbud: 2026-01-06 11:00:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 3
Juridisk, økonomisk, finansiell og teknisk informasjon Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“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...”
Liste og kort beskrivelse av regler og kriterier
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
Tenderers shall be a legally registered company.
Documentation: Documentation: Documentation must not be enclosed for tenderers registered in the Norwegian Register of Units. The contracting authority will check the registration by using the organisation number stated in the tenderer ́s Mercell profile.
Tenderers who are not registered in the above register must present a certificate or confirmation (equivalent company registration certificate) for registration in a trade or business register as prescribed by the law of the country where the tenderer is established. Such a certificate shall not be issued more than six months before the tender deadline.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares...”
Liste og kort beskrivelse av regler og kriterier
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
The tenderer has sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, benefits, risk and duration. All the received and any obtained information will form the basis for an overall assessment of whether the qualification requirement is fulfilled. Documentation requirement: The contracting authority will check a credit rating carried out by the credit company Creditsafe. Tenderers do not need to enclose their credit rating. Newly established tenderers can submit a bank statement as proof of credit worthiness. Foreign companies: The contracting authority will check the tenderer ́s financial situation from Creditsafe (https://www.creditsafe.com). If the tenderer is not registered in Creditsafe ́s registers, the company ́s last two auditor approved annual accounts shall be submitted upon request. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be provided.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following...”
Liste og kort beskrivelse av regler og kriterier
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
Tenderers shall have good and relevant experience. The experience shall include deliveries of similar assignments as requested in this competition.
Documentation requirement:
Relevant experience shall be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last three (3) years. The references are to be added directly to Mercell as a response to this point. If more than five reference projects are given, only the first five will be assessed.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel...”
Liste og kort beskrivelse av regler og kriterier
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.
Minimum qualification requirements
Tenderers are required to have sufficient technical resources and the capacity to carry out the assignment in accordance with the contracting authority ́s needs.
Documentation:
Tenderers shall enclose an overview of personnel with technical/professional competence that is relevant for the execution of this delivery. The overview shall include the person ́s professional qualifications, experience and how the person is intended to be used in the relevant delivery. All resources stated shall have sufficient capacity in the contract period to be able to be used as described.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including...”
Liste og kort beskrivelse av regler og kriterier
Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Minimum qualification requirements
The contracting authority requires that all tenderers have implemented a certified quality management system that is satisfactory to ensure the quality of the execution of this contract.
Documentation requirement:
Certificate issued by an independent body approved for certification. The certificate must confirm that the tenderer's quality management system complies with requirements in a relevant European standard, for example ISO 9001.
If a tenderer does not have such a certificate, the tenderer must provide other documentation for quality assurance measures that are equivalent to a relevant European quality assurance standard. Tenderers must also document that the measures are equivalent to those required in accordance with such quality assurance standard.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management...”
Liste og kort beskrivelse av regler og kriterier
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
The contracting authority requires that all tenderers have implemented procedures and systems, certified by independent third parties, that ensure that the execution of this contract has a low impact on the environment.
Documentation requirement:
Certificate issued by an independent body approved for certification. The certificate must confirm that the tenderer's environmental management system complies with requirements in a relevant standard. Documentation is required that the tenderer either has an Eco-lighthouse certificate, is EMAS certified, is certified in accordance with ISO 14001, or have a valid certificate from other relevant environmental management schemes or standards.
If a tenderer does not have such a certificate, the tenderer must provide other documentation for environmental management measures that are equivalent to a relevant environmental management scheme or standard. Tenderers must also document that the measures are equivalent to those required in accordance with such an environmental management scheme or standard.
Tenderers who are qualified on the basis of other documentation for environmental management measures than the third-party certification that is awarded the contract, will be obliged to carry out third-party certification of their environmental management system. This is further described in the contractual requirements that are included in the annex for changes to the standard contract.
Vis mer
Hovedfinansieringsvilkår og betalingsordninger og/eller henvisning til relevante bestemmelser som regulerer dem:
“See the contract terms NS8402” Vilkår knyttet til kontrakten
Vilkår for kontraktoppfyllelse:
“See the tender documents”