Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 01/04/2025
Date de péremption : 12/05/2026
Type de procédure : Procédure ouverte
Type de document : Avis de marché ou de concession – régime ordinaire
Norvège
appel-offre

Norvège - Services d'architecture, d'ingénierie et de planification - Procurement of architect and consulting engineering services for the project New Radiation Centre Telemark Department. Skien, on behalf of Helse Sør-Øst RHF

2025/S 2025-207412  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
64/2025
207412-2025 - Mise en concurrence
Norvège – Services d'architecture, d'ingénierie et de planification – Procurement of architect and consulting engineering services for the project New Radiation Centre Telemark Department. Skien, on behalf of Helse Sør-Øst RHF
OJ S 64/2025 01/04/2025
Avis de marché ou de concession – régime ordinaire
Services - Marché de travaux

   1.  Acheteur
1.1.
Acheteur
Nom officiel: Sykehusbygg HF
Adresse électronique: lillian.slatsve@sykehusbygg.no
Forme juridique de l’acheteur: Organisme de droit public
Activité du pouvoir adjudicateur: Santé

   2.  Procédure
2.1.
Procédure
Titre: Procurement of architect and consulting engineering services for the project New Radiation Centre Telemark Department. Skien, on behalf of Helse Sør-Øst RHF
Description: The project New Radiation Centre Telemark is an important project in the development of treatment capacity in the region. The contract is for the development and construction of a new building for radiotherapy for The Telemark Hospital, Department Skien. The project is a part of the overall project Project Standardisation Radiotherapy managed by Helse Sør-øst RHF. This means that the system that is prepared in this project shall also be able to be used in future radiotherapy projects at other locations. The engineering design assignment for any future locations is included as an option in this contract. The builder hereby invites tenderers to an interaction project with early involvement of the contractor, where the goal is to develop a cost effective radiotherapy centre that gives the greatest possible social benefit out of every invested penny in a lifetime perspective. This shall be done through an efficient and innovative project implementation where knowledgeable resources and good tools enable cost managed project development and risk management. The most important success criterion for success is to connect with the best available expertise in the market and to provide these resources with the right scope of action and incentives to exercise their expertise for the best interests of the project.
Identifiant de la procédure: 0b0f5949-7566-48da-953b-dcdd607a3a73
Identifiant interne: Omega prosjektarkiv
Type de procédure: Ouverte
La procédure est accélérée: non
Principales caractéristiques de la procédure: The assignment consists of planning and realising construction work for radiotherapy centres by carrying out a preliminary project phase ("phase 1") and then carrying out detailed engineering design services and construction (hereafter called the "execution phase"). The preliminary project phase is divided into two parts, with the turnkey contractor being invited into phase 2 of the preliminary project for the implementation of collaboration and joint project development. The disciplines that shall be included with the consultant group shall be all the disciplines necessary for executing the project. This is an architect and consultant procurement, which shall result in entering into a contract with one contract party. The aim of the procurement is to: connect with collaboration partners in the form of a supplier organisation, consisting of an architect and consulting engineering services - identifying the key resources that, based on their specific knowledge and experience, have the best prerequisites for solving the project ´s unique needs and objectives. Further information on the implementation of the competition is stated in the tender documentation Part I Competition Terms.
2.1.1.
Objet
Nature du marché: Services
Nature supplémentaire du marché: Marché de travaux
Nomenclature principale (cpv): 71240000 Services d'architecture, d'ingénierie et de planification
Nomenclature supplémentaire (cpv): 45215140 Travaux de construction d'équipements hospitaliers, 71221000 Services d'architecte pour les bâtiments, 71223000 Services d'architecte pour des travaux d'extension de bâtiment, 71300000 Services d'ingénierie, 71311000 Services de conseil en génie civil, 90721600 Services de radioprotection
2.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Vestfold og Telemark (NO091)
Pays: Norvège
2.1.4.
Informations générales
Informations complémentaires: See the attached tender documentation, including a contract draft.
Base juridique:
Directive 2014/24/UE
Anskaffelsesforskriften -
2.1.6.
Motifs d’exclusion
Situation analogue à la faillite prévue dans la législation nationale: 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.
Faillite: 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.
Concordat: 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 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)
Accords avec d’autres opérateurs économiques en vue de fausser la concurrence: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Manquement aux obligations dans le domaine du droit environnemental: 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.
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).
Insolvabilité: 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.
Manquement aux obligations dans le domaine du droit du travail: 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.
Biens administrés par un liquidateur: 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.
Coupable de fausses déclarations, non-communication, n’a pas été en mesure de fournir les documents requis et a obtenu des informations confidentielles de la présente procédure: 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'
Motifs d’exclusion purement nationaux: The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Conflit d’intérêt créé par sa participation à la procédure de passation de marché: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents'
Association directe ou indirecte à la préparation de cette procédure de passation de marché: 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?
Coupable d’une faute professionnelle grave: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Résiliation, dommages et intérêts ou autres sanctions comparables: 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'
Manquement aux obligations dans le domaine du droit social: 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.
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?
État de cessation d’activités: 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.
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: Procurement of architect and consulting engineering services for the project New Radiation Centre Telemark Department. Skien, on behalf of Helse Sør-Øst RHF
Description: The project New Radiation Centre Telemark is an important project in the development of treatment capacity in the region. The contract is for the development and construction of a new building for radiotherapy for The Telemark Hospital, Department Skien. The project is a part of the overall project Project Standardisation Radiotherapy managed by Helse Sør-øst RHF. This means that the system that is prepared in this project shall also be able to be used in future radiotherapy projects at other locations. The engineering design assignment for any future locations is included as an option in this contract. The builder hereby invites tenderers to an interaction project with early involvement of the contractor, where the goal is to develop a cost effective radiotherapy centre that gives the greatest possible social benefit out of every invested penny in a lifetime perspective. This shall be done through an efficient and innovative project implementation where knowledgeable resources and good tools enable cost managed project development and risk management. The most important success criterion for success is to connect with the best available expertise in the market and to provide these resources with the right scope of action and incentives to exercise their expertise for the best interests of the project.
Identifiant interne: Omega prosjektarkiv
5.1.1.
Objet
Nature du marché: Services
Nature supplémentaire du marché: Marché de travaux
Nomenclature principale (cpv): 71240000 Services d'architecture, d'ingénierie et de planification
Nomenclature supplémentaire (cpv): 45215140 Travaux de construction d'équipements hospitaliers, 71221000 Services d'architecte pour les bâtiments, 71223000 Services d'architecte pour des travaux d'extension de bâtiment, 71300000 Services d'ingénierie, 71311000 Services de conseil en génie civil, 90721600 Services de radioprotection
5.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Vestfold og Telemark (NO091)
Pays: Norvège
5.1.3.
Durée estimée
Date de début: 30/06/2025
Date de fin de durée: 01/10/2028
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
Le marché relève de l’accord sur les marchés publics (AMP): non
Informations complémentaires: See the attached tender documentation, including a contract draft.
5.1.7.
Marché public stratégique
Objectif du marché public stratégique: Réduction des incidences sur l’environnement
Description: Sykehusbygg Health Trust has environmental requirements and environmental targets for all projects, cf. Sykehusbygg's Standard for climate and environment in hospital projects. Environmental requirements and environmental goals have been set for the project. This is a procurement of a consultancy group for the Standardisation of Radiotherapy Centre for Helse Sør-Øst RHF. According to the Public Procurement Regulations § 7-9 fifth paragraph, the requirement for 30% emphasis on climate and environmental considerations does not apply if the procurement has a climate footprint and an environmental impact that is immaterial. The nature of the consultancy group is consultancy services, which shall result in engineering design materials and a basis for the construction of a radiotherapy centre. These are typically human resources who carry out their work as office work. The work can include some, but typically limited travel activities. The main service is the consultant's work effort. The consultant group will have a climate footprint and environmental impact similar to any permanent employee in a company. This typically makes up office space and equipment, energy consumption from the office building to the company, travel business in business context and waste generation at work. However, none of these conditions will be directed towards what shall be produced by the consultant under the contract, i.e. the consultancy service. Based on this, it is the Builder ´s assessment that the exclusion provision in PPR § 7-9 fifth section will be used, as the procurement is justified in accordance with nature to have a climate footprint and an environmental impact that is immaterial.
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) of the requested key figures are as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: Liability insurance
Description: The insured amount in the tenderer ´s liability insurance is the following:
Utilisation de ce critère: Non 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: Capacité économique et financière
Nom: The tenderer's economic and financial capacity
Description: Tenderers shall have sufficient economic and financial capacity to be able to fulfil the contractual obligations, see also the tender documentation. Minimum qualification requirements
Utilisation de ce critère: 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'
Utilisation de ce critère: Non 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: Autre
Nom: The tenderer's quality assurance standards and environmental management standards; Quality Assurance System
Description: Tenderers shall have a good and well functioning quality assurance system. Minimum qualification requirements
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: The tenderer's quality assurance standards and environmental management standards: Climate and environment.
Description: Tenderers shall have sufficient relevant environmental competence, systems and routines to ensure that the service is carried out in an environmentally correct manner and in accordance with environmentally relevant requirements in public law provisions and in the contract. Minimum qualification requirements
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: The tenderer's quality assurance standards and environmental management standards: SHA
Description: Tenderers shall have an HSE management system. Minimum qualification requirements
Utilisation de ce critère: 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: Non 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: Aptitude à exercer l’activité professionnelle
Nom: The tenderer ´s registration
Description: The tenderer shall be a legally established company.
Utilisation de ce critère: 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.
Utilisation de ce critère: Non 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.
Utilisation de ce critère: Non 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) of the leading employees:
Utilisation de ce critère: Non 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

Critère:
Type: Capacité technique et professionnelle
Nom: The tenderer ´s technical and professional qualifications.
Description: Reference project: Tenderers must have experience with at least two equivalent assignments in the last ten years for architects and consulting engineers (RIB, RIV and RIE). See the tender documentation Minimum qualification requirements for a description of the requirement.
Utilisation de ce critère: Utilisé
5.1.11.
Documents de marché
Langues dans lesquelles les documents de marché sont officiellement disponibles: norvégien
Date limite de demande d’informations complémentaires: 29/04/2025 10:00:00 (UTC)
Adresse des documents de marché: https://permalink.mercell.com/247347359.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: Non autorisée
Variantes: Non autorisée
Description de la garantie financière: See the contract terms
Date limite de réception des offres: 12/05/2025 10:00:00 (UTC)
Date limite de validité de l’offre: 4 Mois
Informations relatives à l’ouverture publique:
Date d'ouverture: 12/05/2025 10:00:00 (UTC)
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Conditions relatives à l’exécution du contrat: See the attached tender documentation.
Facturation en ligne: Requise
La commande en ligne sera utilisée: non
Le paiement en ligne sera utilisé: oui
Montage financier: See the attached tender documentation.
5.1.15.
Techniques
Accord-cadre: Pas d’accord-cadre
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
Enchère électronique: non
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Østre Innlandet Tingrett Hamar

   8.  Organisations
8.1.
ORG-0001
Nom officiel: Sykehusbygg HF
Numéro d’enregistrement: 814630722
Adresse postale: Holtermanns veg 3
Ville: TRONDHEIM
Code postal: 7030
Subdivision pays (NUTS): Trøndelag (NO060)
Pays: Norvège
Point de contact: Lillian Slåtsve
Adresse électronique: lillian.slatsve@sykehusbygg.no
Téléphone: 93009644
Rôles de cette organisation:
Acheteur
8.1.
ORG-0002
Nom officiel: Østre Innlandet Tingrett Hamar
Numéro d’enregistrement: 973790889
Ville: Hamar
Pays: Norvège
Adresse électronique: ostre.innlandet.tingrett@domstol.no
Téléphone: 62782700
Rôles de cette organisation:
Organisation chargée des procédures de recours
Informations relatives à l’avis
Identifiant/version de l’avis: 45cc0478-198d-465c-8e54-98755b75a3ff - 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 16
Date d’envoi de l’avis: 31/03/2025 10:01:29 (UTC)
Date d’envoi de l’avis (eSender): 31/03/2025 12:30:14 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
Numéro de publication de l’avis: 207412-2025
Numéro de publication au JO S: 64/2025
Date de publication: 01/04/2025

 
 
C L A S S E    C P V
45215140 - Travaux de construction d'équipements hospitaliers 
71221000 - Services d'architecte pour les bâtiments 
71223000 - Services d'architecte pour des travaux d'extension de bâtiment 
71240000 - Services d'architecture, d'ingénierie et de planification 
71300000 - Services d'ingénierie 
71311000 - Services de conseil en génie civil 
90721600 - Services de radioprotection