Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 23/01/2024
Date de péremption : 25/02/2025
Type de procédure : Procédure restreinte
Type de document : Avis de marché ou de concession – régime ordinaire
Norvège
appel-offre

Norvège - Services d'architecture - Dynamic Purchasing Sorter

2024/S 2024-045290  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
45290-2024 - Mise en concurrence
Norvège – Services d'architecture – Dynamic Purchasing Sorter
OJ S 16/2024 23/01/2024
Avis de marché ou de concession – régime ordinaire
Services

   1.  Acheteur
1.1.
Acheteur
Nom officiel: ØYER KOMMUNE
Forme juridique de l’acheteur: Autorité locale
Activité du pouvoir adjudicateur: Services d’administration générale

   2.  Procédure
2.1.
Procédure
Titre: Dynamic Purchasing Sorter
Description: Øyer municipality shall establish a dynamic purchasing system within consultancy engineering services to cover the municipality ´s needs in the areas; The building and property transport technique, municipal engineering, environment and nature planning assignment is limited to locations in Ringebu municipality where the municipality is responsible for the assignment. The call-offs/contracts in the dynamic procurement scheme shall be regulated in accordance with the followingNSStandarder:NS 8401 Contract on engineering design assignmentNS 8402 Contract on consultancy assignments paid in accordance with hours used. NS 8403 A Contract for construction management assignmentNS 8404 Contract for independent inspection assignments
Identifiant de la procédure: e38449cb-83c7-4622-bb6a-82a4ec152f2b
Identifiant interne: 2024/154
Type de procédure: Restreinte
La procédure est accélérée: non
Principales caractéristiques de la procédure: Information on dynamic purchasing system: All applications for participation in the procurement scheme are processed continuously throughout the period prior to the procurement scheme. I.e. a tenderer at any time in the period that the scheme lasts the can dispatch application to be qualified for the purchasing system. Tenderers who submit applications and fulfil the qualification requirements are approved as suppliers and will be included in the scheme. One supplier can also opt-out of the scheme at any time. Only when a concrete service is to be procured will the tenderers who are approved in the scheme be asked. All tenderers who are qualified in the scheme at the time the competition is published will be invited to submit a tender. The competitions that are published on the scheme will have their own requirements, including competence requirements. The award criteria will be adapted for the performance that the contracting authority shall have carried out. The tender deadline shall be at least 10 days. The contracting authority can at any time extend or end the duration of a dynamic purchasing system. Any changes in the scheme ´s length shall be announced on Doffin.
2.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 71200000 Services d'architecture
Nomenclature supplémentaire (cpv): 71300000 Services d'ingénierie, 71400000 Services d'urbanisme et d'architecture paysagère, 71500000 Services relatifs à la construction, 71600000 Services d'essais techniques, services d'analyses et services de conseil, 71700000 Services de surveillance et de contrôle, 71800000 Services de conseil en matière d'approvisionnement en eau et services de conseil en matière de déchets
2.1.2.
Lieu d’exécution
Pays: Norvège
N’importe où dans le pays donné
Informations complémentaires: Information on dynamic purchasing system: All applications for participation in the procurement scheme are continually processed throughout the period of the procurement scheme. I.e. a tenderer at any time in the period that the scheme lasts can send an application to be qualified for the purchasing system. Tenderers who submit an application and fulfil the qualification requirements, are approved as suppliers and will be included in the scheme. A tenderer can also opt-out of the scheme at any time. Only when a concrete performance is to be procured will be requested from the suppliers who are approved in the scheme. All tenderers who are qualified in the scheme at the time of publication of the competition will be invited to submit a tender. The competitions that are published on the scheme will have separate requirements including competence requirements. The award criteria will be adapted to the performance that the contracting authority shall have performed. The tender deadline shall be at least 10 days. The contracting authority can at any time extend or end the duration of a dynamic purchasing system. Any changes in the scheme ´s length shall be announced on Doffin.
2.1.3.
Valeur
Valeur estimée hors TVA: 5 000 000,00 NOK
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
Anskaffelsesforskriften -
2.1.6.
Motifs d’exclusion:
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.
Participation à une organisation criminelle: 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)
Blanchiment de capitaux ou financement du terrorisme: 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).
Fraude: 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).
Travail des enfants et autres formes de traite des êtres humains: 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).
Paiement des cotisations de sécurité sociale: 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?
Paiement d’impôts et 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?
Infractions terroristes ou infractions liées aux activités terroristes: 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: LOT-0000
Titre: Dynamic Purchasing Sorter
Description: Øyer municipality shall establish a dynamic purchasing system within consultancy engineering services to cover the municipality ´s needs in the areas; The building and property transport technique, municipal engineering, environment and nature planning assignment is limited to locations in Ringebu municipality where the municipality is responsible for the assignment. The call-offs/contracts in the dynamic procurement scheme shall be regulated in accordance with the followingNSStandarder:NS 8401 Contract on engineering design assignmentNS 8402 Contract on consultancy assignments paid in accordance with hours used. NS 8403 A Contract for construction management assignmentNS 8404 Contract for independent inspection assignments
Identifiant interne: 2024/154
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 71200000 Services d'architecture
Nomenclature supplémentaire (cpv): 71300000 Services d'ingénierie, 71400000 Services d'urbanisme et d'architecture paysagère, 71500000 Services relatifs à la construction, 71600000 Services d'essais techniques, services d'analyses et services de conseil, 71700000 Services de surveillance et de contrôle, 71800000 Services de conseil en matière d'approvisionnement en eau et services de conseil en matière de déchets
5.1.2.
Lieu d’exécution
Pays: Norvège
N’importe où dans le pays donné
Informations complémentaires: Information on dynamic purchasing system: All applications for participation in the procurement scheme are continually processed throughout the period of the procurement scheme. I.e. a tenderer at any time in the period that the scheme lasts can send an application to be qualified for the purchasing system. Tenderers who submit an application and fulfil the qualification requirements, are approved as suppliers and will be included in the scheme. A tenderer can also opt-out of the scheme at any time. Only when a concrete performance is to be procured will be requested from the suppliers who are approved in the scheme. All tenderers who are qualified in the scheme at the time of publication of the competition will be invited to submit a tender. The competitions that are published on the scheme will have separate requirements including competence requirements. The award criteria will be adapted to the performance that the contracting authority shall have performed. The tender deadline shall be at least 10 days. The contracting authority can at any time extend or end the duration of a dynamic purchasing system. Any changes in the scheme ´s length shall be announced on Doffin.
5.1.3.
Durée estimée
Date de début: 26/02/2024
Date de fin de durée: 25/02/2028
5.1.5.
Valeur
Valeur estimée hors TVA: 5 000 000,00 NOK
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Nom: 'Total' annual 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: "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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: 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) for the required key figures are as follows: The minimum requirement for qualification requirements.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité économique et financière
Nom: Liability insurance
Description: The insured amount in the tenderer ´s liability insurance is the following: Minimum requirement for qualification requirements.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité économique et financière
Nom: 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Autre
Nom: 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? Minimum qualification requirements
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: 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?
Utilisation de ce critère: Non utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: 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.
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: 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.
Utilisation de ce critère: Non utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: In the case of service contracts: Authorisations from a particular organisation required
Description: Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Utilisation de ce critère: Non utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: In the case of service contracts: Membership in a particular organisation is required
Description: Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ´s home country?
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Services only
Description: 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
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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. Minimum qualification requirements
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Investigation and research facilities
Description: The tenderer ´s survey and research facilitates are as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Management and tracing of the supply chain
Description: The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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) by the leading employees: Minimum requirement for qualification requirements
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Environmental management measures
Description: Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Number of employees in the management
Description: The tenderer ´s number of employees in the management during the last three years was as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Average workforce
Description: The tenderer's average annual workforce in the last three years has been as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Tools, materials and technical equipment.
Description: Tenderers can use the following tools, material and technical equipment to carry out the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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.
Utilisation de ce critère: Non utilisé
5.1.11.
Documents de marché
Langues dans lesquelles les documents de marché sont officiellement disponibles: norvégien
Adresse des documents de marché: https://permalink.mercell.com/221116531.aspx
5.1.12.
Conditions du marché public
Conditions de présentation:
Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentées: norvégien
Catalogue électronique: Autorisée
La signature ou le cachet électronique avancé(e) ou qualifié(e) [au sens du règlement (UE) ? 910/2014] est requis(e)
Variantes: Non autorisée
Date limite de réception des demandes de participation: 25/02/2028 11:00:00 (UTC)
Conditions du marché:
Facturation en ligne: Requise
Le paiement en ligne sera utilisé
5.1.15.
Techniques
Accord-cadre: Accord-cadre, en partie sans remise en concurrence et en partie avec remise en concurrence
Informations sur le système d’acquisition dynamique: Système d’acquisition dynamique, utilisable uniquement par les acheteurs figurant dans l’avis en question
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de médiation: Vestre Innlandet Tingrett
Organisation chargée des procédures de recours: Vestre Innlandet Tingrett
Organisation qui fournit des précisions concernant l’introduction des recours: Vestre Innlandet Tingrett
Organisation qui reçoit les demandes de participation: ØYER KOMMUNE
Organisation qui traite les offres: ØYER KOMMUNE

   8.  Organisations
8.1.
ORG-0001
Nom officiel: ØYER KOMMUNE
Numéro d’enregistrement: 961381185
Adresse postale: Kongsvegen 325
Ville: ØYER
Code postal: 2636
Pays: Norvège
Point de contact: 961 381 185
Adresse électronique: odd.magne.tuterud@oyer.kommune.no
Téléphone: 61268100
Adresse internet: http://www.oyer.kommune.no
Profil de l’acheteur: http://www.oyer.kommune.no/
Rôles de cette organisation:
Acheteur
Organisation qui reçoit les demandes de participation
Organisation qui traite les offres
8.1.
ORG-0002
Nom officiel: Vestre Innlandet Tingrett
Numéro d’enregistrement: 926 723 758
Département: Lillehammer
Adresse postale: Jul Pettersens gate 2
Ville: LILLEHAMMER
Code postal: 2615
Pays: Norvège
Adresse électronique: vestre.innlandet.tingrett@domstol.no
Téléphone: 61 02 02 00
Rôles de cette organisation:
Organisation chargée des procédures de recours
Organisation qui fournit des précisions concernant l’introduction des recours
Organisation chargée des procédures de médiation
11. Informations relatives à l’avis
11.1.
Informations relatives à l’avis
Identifiant/version de l’avis: e81f99c4-ce1a-49cb-9790-71479e359415 - 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Date d’envoi de l’avis: 22/01/2024 12:20:22 (UTC)
Date d’envoi de l’avis (eSender): 22/01/2024 12:37:42 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
11.2.
Informations relatives à la publication
Numéro de publication de l’avis: 45290-2024
Numéro de publication au JO S: 16/2024
Date de publication: 23/01/2024

 
 
C L A S S E    C P V
71200000 - Services d'architecture