Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 04/12/2024
Date de péremption : 31/01/2025
Type de procédure : Procédure ouverte
Type de document : Avis de marché ou de concession – régime ordinaire
NORVÈGE
appel-offre

Norvège - Services juridiques

2024/S 2024-741971  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
236/2024
741971-2024 - Mise en concurrence
Norvège – Services juridiques – Framework agreement - legal assistance for municipalities for better access to the beach zone along the Oslo Fjord.
OJ S 236/2024 04/12/2024
Avis de marché ou de concession – régime ordinaire
Services

   1.  Acheteur
1.1.
Acheteur
Nom officiel: Miljødirektoratet
Adresse électronique: kai.are.fossland@miljodir.no
Forme juridique de l’acheteur: Autorité publique centrale
Activité du pouvoir adjudicateur: Protection de l’environnement

   2.  Procédure
2.1.
Procédure
Titre: Framework agreement - legal assistance for municipalities for better access to the beach zone along the Oslo Fjord.
Description: The procurement is connected to the subsidy scheme for legal assistance for municipalities in the work to improve the general public ´s access to the beach zone and the possibilities for carrying out outdoor activities along the Oslo Fjord. The municipalities with a border to the Oslo Fjord can seek legal assistance in concrete cases, for more basic clarifications and for competence raising measures. The framework for the assignment will depend on annual grants in the national budget and the aim is to enter into framework agreements with two tenderers.
Identifiant de la procédure: 493efd81-cb07-4a7b-afd6-139eb682d7fa
Identifiant interne: 2024/9552
Type de procédure: Ouverte
2.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 79100000 Services juridiques
Nomenclature supplémentaire (cpv): 75231000 Services judiciaires, 79111000 Services de conseil juridique
2.1.2.
Lieu d’exécution
Pays: Norvège
N’importe où dans le pays donné
Informations complémentaires: The municipalities with borders to the Oslo Fjord.
2.1.3.
Valeur
Valeur estimée hors TVA: 15 000 000,00 NOK
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
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?
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: Framework agreement - legal assistance for municipalities for better access to the beach zone along the Oslo Fjord.
Description: The procurement is connected to the subsidy scheme for legal assistance for municipalities in the work to improve the general public ´s access to the beach zone and the possibilities for carrying out outdoor activities along the Oslo Fjord. The municipalities with a border to the Oslo Fjord can seek legal assistance in concrete cases, for more basic clarifications and for competence raising measures. The framework for the assignment will depend on annual grants in the national budget and the aim is to enter into framework agreements with two tenderers.
Identifiant interne: 1
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 79100000 Services juridiques
Nomenclature supplémentaire (cpv): 75231000 Services judiciaires, 79111000 Services de conseil juridique
5.1.2.
Lieu d’exécution
Pays: Norvège
N’importe où dans le pays donné
Informations complémentaires: The municipalities with borders to the Oslo Fjord.
5.1.3.
Durée estimée
Durée: 2 Ans
5.1.4.
Renouvellement
Nombre maximal de renouvellements: 2
L’acheteur se réserve le droit d’effectuer des achats supplémentaires auprès du contractant, comme décrit ici: The contracting authority has the right to extend the framework agreement for a further one year at a time, up to 2 times.
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: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Description: Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Description: Registration
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: The tenderer must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT).
Description: Tax certificate, not older than six months calculated from the deadline for submitting a request for participation in the competition or a tender.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Tenderers shall be a lawyer with competence in, in-depth knowledge of and experience with the regulations that are relevant for the procurement.
Description: - Documented experience with the Open Air Act/all-man right, the Planning and Building Act (planning provisions, building provisions and sanctions provisions), the Public Administration Act, the environmental law principles, fixed property legal conditions and other relevant rules that naturally affect the problems. - A licence to practice law. - Description of up to 3 of the tenderer's most relevant cases in the course of the last 5 years. The description must include legal problems within the relevant rules. The description must include a statement of the contract ´s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ´s responsibility to document relevance through the description.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Tenderers shall have sufficient implementation ability and capacity
Description: A short account of the tenderer's workforce within relevant disciplines.
Utilisation de ce critère: Utilisé
5.1.11.
Documents de marché
Date limite de demande d’informations complémentaires: 20/01/2025 11:00:00 (UTC)
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
Date limite de réception des offres: 31/01/2025 11:00:00 (UTC)
Date limite de validité de l’offre: 4 Mois
Informations relatives à l’ouverture publique:
Date d'ouverture: 31/01/2025 13:00:00 (UTC)
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Pas encore connu
Facturation en ligne: Requise
La commande en ligne sera utilisée: non
Le paiement en ligne sera utilisé: oui
5.1.15.
Techniques
Accord-cadre: Accord-cadre, sans remise en concurrence
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: Miljødirektoratet
Numéro d’enregistrement: 999601391
Adresse postale: Brattørkaia 15B
Ville: Trondheim
Code postal: 7010
Pays: Norvège
Point de contact: Kai Are Fossland
Adresse électronique: kai.are.fossland@miljodir.no
Téléphone: +47 99014990
Rôles de cette organisation:
Acheteur
8.1.
ORG-0002
Nom officiel: Trøndelag tingrett
Numéro d’enregistrement: 926722794
Ville: Trondheim
Pays: Norvège
Adresse électronique: sor-trondelag.tingrett@domstol.no
Téléphone: 73542400
Rôles de cette organisation:
Organisation chargée des procédures de recours
11. Informations relatives à l’avis
11.1.
Informations relatives à l’avis
Identifiant/version de l’avis: da18f141-d9af-43b1-bf23-904086e343d7 - 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: 03/12/2024 08:32:44 (UTC)
Date d’envoi de l’avis (eSender): 03/12/2024 08:45:06 (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: 741971-2024
Numéro de publication au JO S: 236/2024
Date de publication: 04/12/2024

 
 
C L A S S E    C P V
75231000 - Services judiciaires 
79100000 - Services juridiques 
79111000 - Services de conseil juridique