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

Norvège - Services de conseil en construction - Project manager, architect and consultancy services for the new health building.

2025/S 2025-037635  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
13/2025
37635-2025 - Mise en concurrence
Norvège – Services de conseil en construction – Project manager, architect and consultancy services for the new health building.
OJ S 13/2025 20/01/2025
Avis de marché ou de concession – régime ordinaire - Avis de changement
Services

   1.  Acheteur
1.1.
Acheteur
Nom officiel: Namsos Kommune
Adresse électronique: emil.skjaervik@namsos.kommune.no
Forme juridique de l’acheteur: Organisme de droit public, contrôlé par une autorité locale
Activité du pouvoir adjudicateur: Services d’administration générale

   2.  Procédure
2.1.
Procédure
Titre: Project manager, architect and consultancy services for the new health building.
Description: Namsos municipality is planning to construct a health building in the centre of Namsos, where in construction stage one shall build up to 216 institution places. The building shall also include institutional kitchens, preventive and health promoting services, day offers and other services that may be appropriate and co-house together with the institution services. The building and the area shall be a natural gathering place in the community. The building shall be future orientated and cost efficient in both construction and operation. The area of the same site shall be planned for construction phases 2 and 3 with up to 100 places per construction stage.
Identifiant de la procédure: eae547f1-6ecf-4bcd-9949-6360bbd3132c
Identifiant interne: 2024/12951
Type de procédure: Ouverte
La procédure est accélérée: non
Principales caractéristiques de la procédure: The aim of the procurement is to enter into a contract for project management, architect and consultancy services connected to the realisation of a new health building in Namsos. The project is planned to be divided into 3 phases, phases 2 and 3 are considered as options and depend on the municipal council ´s decision and decision. The builder would like to have continuity in his consultant team throughout the entire project and the chosen tenderer will therefore be a central part of BH's project group and make up BH's consultancy team throughout all phases of the project.
2.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 71530000 Services de conseil en construction
Nomenclature supplémentaire (cpv): 71210000 Services de conseil en architecture, 71311000 Services de conseil en génie civil, 71320000 Services de conception technique, 71410000 Services d'urbanisme, 71540000 Services de gestion de la construction, 71541000 Services de gestion de projets de construction
2.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Trøndelag (NO060)
Pays: Norvège
2.1.3.
Valeur
Valeur estimée hors TVA: 15 000 000,00 NOK
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
Anskaffelsesforskriften -
Anskaffelsesforskriften -
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).
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?
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: Project manager, architect and consultancy services for the new health building.
Description: Namsos municipality is planning to construct a health building in the centre of Namsos, where in construction stage one shall build up to 216 institution places. The building shall also include institutional kitchens, preventive and health promoting services, day offers and other services that may be appropriate and co-house together with the institution services. The building and the area shall be a natural gathering place in the community. The building shall be future orientated and cost efficient in both construction and operation. The area of the same site shall be planned for construction phases 2 and 3 with up to 100 places per construction stage.
Identifiant interne: 2024/12951
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 71530000 Services de conseil en construction
Nomenclature supplémentaire (cpv): 71210000 Services de conseil en architecture, 71311000 Services de conseil en génie civil, 71320000 Services de conception technique, 71410000 Services d'urbanisme, 71540000 Services de gestion de la construction, 71541000 Services de gestion de projets de construction
5.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Trøndelag (NO060)
Pays: Norvège
5.1.3.
Durée estimée
Date de début: 31/03/2025
Date de fin de durée: 31/12/2030
5.1.5.
Valeur
Valeur estimée hors TVA: 15 000 000,00 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
Le marché relève de l’accord sur les marchés publics (AMP): non
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: 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' 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: 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 Tenderers shall have competence and experience within health buildings and shall have carried out assignments of relevant complexity and extent/size. Relevant reference projects will be within project management, engineering design, architect services, programming. At least one of the reference projects must be a health related project of relevant size. Documented by 2-3 reference projects from the last 5 years. A description of the reference project must include the date and recipient, the project ´s content and scope, the tenderer's roles and assignments, assessment of their own performance, comparative value to this project. At least one project must be carried out by the tenderer. Tenderers can supplement their experience by referring to competence of personnel he has at his disposal and can link to this assignment, even if the experience has been worked up while the personnel have provided services for another tenderer, if the tenderer does not have sufficient experience.
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 Tenderers shall have a professional environment in the company that is sufficiently robust so that the assignment can be carried out even if the original offered project manager resigns during the project period. Documented by an organisation chart for the company and CVs for an alternative project manager outside of the one who is primarily offered.
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) of the leading employees: Minimum qualification requirements Tenderers shall document central certification for engineering design of architecture in development class
   3. 
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
Date limite de demande d’informations complémentaires: 13/01/2025 11:00:00 (UTC)
Adresse des documents de marché: https://permalink.mercell.com/244218534.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
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 offres: 20/01/2025 11:00:00 (UTC)
Date limite de validité de l’offre: 3 Mois
Informations relatives à l’ouverture publique:
Date d'ouverture: 20/01/2025 11:00:00 (UTC)
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Facturation en ligne: Requise
La commande en ligne sera utilisée: non
Le paiement en ligne sera utilisé: oui
5.1.15.
Techniques
Accord-cadre: Pas d’accord-cadre
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Trøndelag Tingrett

   8.  Organisations
8.1.
ORG-0001
Nom officiel: Namsos Kommune
Numéro d’enregistrement: 942875967
Adresse postale: Abel Meyersgate 12
Ville: NAMSOS
Code postal: 7801
Subdivision pays (NUTS): Trøndelag (NO060)
Pays: Norvège
Point de contact: Emil Skjaervik
Adresse électronique: emil.skjaervik@namsos.kommune.no
Téléphone: +47 74217100
Télécopieur: +47 74217101
Adresse internet: http://www.namsos.kommune.no
Rôles de cette organisation:
Acheteur
8.1.
ORG-0002
Nom officiel: Trøndelag Tingrett
Numéro d’enregistrement: 926 722 794
Département: Namsos
Ville: Namsos
Pays: Norvège
Adresse électronique: trondelag.tingrett@domstol.no
Téléphone: 73542400
Rôles de cette organisation:
Organisation chargée des procédures de recours
10. Modification
Version de l’avis antérieur à modifier: 43435234-30ed-4d81-b527-64ab9aebe781-01
Principale raison de la modification: Mise à jour d’informations
Description: The wording in the qualification requirements has been changed for the tenderer ´s technical and professional qualifications, as previous requirements were illegal.
10.1.
Modification
Identifiant de la section: PROCEDURE
10.1.
Modification
Identifiant de la section: LOT-0000
11. Informations relatives à l’avis
11.1.
Informations relatives à l’avis
Identifiant/version de l’avis: 6329ae43-ea32-4aa3-aaee-7787db8ae0c2 - 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: 16/01/2025 13:52:01 (UTC)
Date d’envoi de l’avis (eSender): 16/01/2025 14:05:49 (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: 37635-2025
Numéro de publication au JO S: 13/2025
Date de publication: 20/01/2025

 
 
C L A S S E    C P V
71210000 - Services de conseil en architecture 
71311000 - Services de conseil en génie civil 
71320000 - Services de conception technique 
71410000 - Services d'urbanisme 
71530000 - Services de conseil en construction 
71540000 - Services de gestion de la construction 
71541000 - Services de gestion de projets de construction