Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 18/03/2025
Date de péremption : 22/04/2026
Type de procédure : Procédure ouverte
Type de document : Avis de marché ou de concession – régime ordinaire
Norvège
appel-offre

Norvège - Services de prospection géologique et géophysique et autre prospection scientifique - Framework Agreement - Helicopter airborne services for acquisition of aeromagnetic, radiometric and electromagnetic data in Norway

2025/S 2025-172325  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
54/2025
172325-2025 - Mise en concurrence
Norvège – Services de prospection géologique et géophysique et autre prospection scientifique – Framework Agreement - Helicopter airborne services for acquisition of aeromagnetic, radiometric and electromagnetic data in Norway
OJ S 54/2025 18/03/2025
Avis de marché ou de concession – régime ordinaire
Services

   1.  Acheteur
1.1.
Acheteur
Nom officiel: Norges geologiske undersøkelse
Adresse électronique: hakon@odinprosjekt.no
Forme juridique de l’acheteur: Entreprise publique, contrôlée par une autorité publique centrale
Activité du pouvoir adjudicateur: Services d’administration générale

   2.  Procédure
2.1.
Procédure
Titre: Framework Agreement - Helicopter airborne services for acquisition of aeromagnetic, radiometric and electromagnetic data in Norway
Description: The purpose of this process is to obtain competitive bids for the acquisition of a combined magnetic, electromagnetic (EM) and gamma-ray spectrometric data survey in Innlandet County, Norway as specified in the Scope of Services and Technical Specifications (see Appendix 1A). Other areas with similar demographic and topographic challenges may be added if time and budget permit at the end of the survey flying of the current planned areas. No pre-qualification process will be required under this invitation to bid. The purpose of the procurement is to enter a four (4) years framework agreement for helicopter airborne services for acquisition of aeromagnetic, radiometric and electromagnetic data in Norway. For the next four (4) years, the Geological Survey of Norway intends for acquiring combined magnetic, electromagnetic (EM) and gamma-ray spectrometric data, from a helicopter type AS 350 B2 or similar, on an area of approximately 4,000 km2 or ca. 20,000 line-km in Norway. A complete description of the technical requirements and required deliverables are specified in appendix 1A and 1B.
Identifiant de la procédure: 139f31bc-2a64-478d-80ce-bcd31de2bf23
Avis précédent: 98834-2025
Identifiant interne: 25/00001-4
Type de procédure: Ouverte
Principales caractéristiques de la procédure: The procurement is carried out in accordance with the Act of 17 June 2016 No. 73 on Public Procurement (LOA) and the Regulations of 12 August 2016 No. 974 on Public Procurement (FOA) Parts I and III. The competition is conducted as an open tender procedure, cf. FOA Section 13-1 (1). In this competition there is no opportunity to negotiate. Consequently, there is no opportunity to change the offer after the expiry of the offer deadline. Furthermore, it is noted that offers that contain significant deviations from the procurement documents shall be rejected pursuant to the Regulations on Public Procurement Section 24-8(1) b. The contracting authority may reject offers that contain deviations from the procurement documents, ambiguities or the like that must not be considered insignificant, cf. the Regulations Section 24-8(2) a. The supplier is strongly encouraged to follow the instructions given in the procurement documents and, if necessary, ask questions to the contact person via Mercell.
2.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 71351000 Services de prospection géologique et géophysique et autre prospection scientifique
Nomenclature supplémentaire (cpv): 60440000 Services aériens et services connexes, 71000000 Services d'architecture, services de construction, services d'ingénierie et services d'inspection, 71300000 Services d'ingénierie, 71350000 Services scientifiques et techniques dans le domaine de l'ingénierie, 71351200 Services de conseil en géologie et en géophysique
2.1.2.
Lieu d’exécution
Pays: Norvège
N’importe où dans le pays donné
2.1.3.
Valeur
Valeur estimée hors TVA: 40 000 000,00 NOK
Valeur maximale de l’accord-cadre: 40 000 000,00 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 economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations' This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Faillite: Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Concordat: Is the economic operator in arrangement with creditors' This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Participation à une organisation criminelle: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Accords avec d’autres opérateurs économiques en vue de fausser la concurrence: Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Manquement aux obligations dans le domaine du droit environnemental: Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Blanchiment de capitaux ou financement du terrorisme: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraude: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Travail des enfants et autres formes de traite des êtres humains: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvabilité: Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Manquement aux obligations dans le domaine du droit du travail: Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Biens administrés par un liquidateur: Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
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: Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award'
Motifs d’exclusion purement nationaux: According to ESPD Part III: Grounds for rejection, Section D: "Other grounds for rejection stipulated in the national legislation of the contracting authority's Member State". The Norwegian procurement rules go further than what follows from the grounds for rejection specified in the EU Public Procurement Directive and in the standard form for the ESPD. It is therefore clarified that in this competition all the grounds for rejection in FOA § 24-2 apply, including the purely national grounds for rejection. The following of the grounds for rejection in FOA § 24-2 are purely national grounds for rejection: • § 24-2 (2). This provision states that the contracting authority shall reject a supplier when it is aware that the supplier has been convicted by a final judgment or has imposed a fine for the specified criminal offences. The requirement that the contracting authority shall reject suppliers who have imposed a fine for the specified criminal offences is a specific Norwegian requirement. • § 24-2 (3) letter i. The reason for rejection in the ESPD form only applies to serious professional misconduct, while the Norwegian reason for rejection also includes other serious misconduct that may cast doubt on the supplier's professional integrity.
Conflit d’intérêt créé par sa participation à la procédure de passation de marché: Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Association directe ou indirecte à la préparation de cette procédure de passation de marché: Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Coupable d’une faute professionnelle grave: Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Résiliation, dommages et intérêts ou autres sanctions comparables: Has the economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract?
Manquement aux obligations dans le domaine du droit social: Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Paiement des cotisations de sécurité sociale: Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
État de cessation d’activités: Are the business activities of the economic operator suspended' This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Paiement d’impôts et taxes: Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Infractions terroristes ou infractions liées aux activités terroristes: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

   5.  Lot
5.1.
Lot: LOT-0000
Titre: Framework Agreement - Helicopter airborne services for acquisition of aeromagnetic, radiometric and electromagnetic data in Norway
Description: The purpose of this process is to obtain competitive bids for the acquisition of a combined magnetic, electromagnetic (EM) and gamma-ray spectrometric data survey in Innlandet County, Norway as specified in the Scope of Services and Technical Specifications (see Appendix 1A). Other areas with similar demographic and topographic challenges may be added if time and budget permit at the end of the survey flying of the current planned areas. No pre-qualification process will be required under this invitation to bid. The purpose of the procurement is to enter a four (4) years framework agreement for helicopter airborne services for acquisition of aeromagnetic, radiometric and electromagnetic data in Norway. For the next four (4) years, the Geological Survey of Norway intends for acquiring combined magnetic, electromagnetic (EM) and gamma-ray spectrometric data, from a helicopter type AS 350 B2 or similar, on an area of approximately 4,000 km2 or ca. 20,000 line-km in Norway. A complete description of the technical requirements and required deliverables are specified in appendix 1A and 1B.
Identifiant interne: 25/00001-4
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 71351000 Services de prospection géologique et géophysique et autre prospection scientifique
Nomenclature supplémentaire (cpv): 60440000 Services aériens et services connexes, 71000000 Services d'architecture, services de construction, services d'ingénierie et services d'inspection, 71300000 Services d'ingénierie, 71350000 Services scientifiques et techniques dans le domaine de l'ingénierie, 71351200 Services de conseil en géologie et en géophysique
5.1.2.
Lieu d’exécution
Pays: Norvège
N’importe où dans le pays donné
5.1.3.
Durée estimée
Durée: 4 Ans
5.1.5.
Valeur
Valeur estimée hors TVA: 40 000 000,00 NOK
Valeur maximale de l’accord-cadre: 40 000 000,00 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): oui
5.1.7.
Marché public stratégique
Critères marchés publics écologiques: Autres critères applicables aux marchés publics écologiques
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Nom: The supplier's economic and financial capacity
Description: The supplier must have sufficient economic and financial capacity to be able to fulfill the contract. Creditworthiness without the requirement for security will be sufficient to fulfill the requirement. Documentation: Credit rating based on the latest known accounting figures. The rating must be carried out by a credit information company that has a license to conduct such activities.
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: Tax and VAT certificate
Description: The supplier must have submitted their Tax declarations and paid tax and value added tax. Documentation: Certificates of paid tax and VAT. Norwegian suppliers can order the Certificate at www.skatteetaten.no . The Certificate must not be older than six (6) months from the deadline for submitting offers. The certificate must be electronically approved by the relevant authorities. If the tenderer plans to use subcontractors, the main supplier is responsible for ensuring that the subcontractor's tax situation is in order.
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: Suppliers registration, authorization, etc.
Description: The supplier must be registered in a business register, professional register or trade register in the state in which the supplier is established. Documentation: • Norwegian companies: Company certificate issued by the Brønnøysund Register Centre. • Foreign companies: Documentation that the company is registered in the business register, professional register or a trade register in the state in which the supplier is established.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: The supplier's technical and professional qualifications
Description: The supplier must have capacity and experience from relevant comparable assignments. Documentation: The tenderer must enclose a short list of the most important relevant assignments and services performed in the last five years, including information on value, time, short description of the assignment, and the name of the public or private contracting authority. The description must include an indication of the assignment's value, time and recipient (name, telephone and email). Use attachment 2 – Reference list
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: The supplier's technical and professional qualifications
Description: The supplier must have personnel with sufficient technical and professional competence, including human and technical resources to fulfill the contract Documentation: Describe the organization and the staff's expertise. The supplier attaches a description of the technical personnel and technical department, and the supplier assigned staff responsible for quality control.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: The supplier's technical and professional qualifications
Description: The supplier must be approved for commercial domestic flights in helicopters and be approved by the Norwegian Civil Aviation Authority for this type of activity. Documentation: Confirmation from the Civil Aviation Authority
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: The supplier's management system for quality
Description: The supplier must have a documented and implemented quality management system. Documentation: Copy of a valid NS-EN ISO 9001 certificate issued by an accredited quality control institution. Or If the tenderer is not certified, a description of the supplier's system (routines and measures) for quality assurance and any additional documentation/certificates must be provided that specifically show what kind of system the tenderer has, and be able to document the following: a) Documented method/procedure for planning and carrying out assignments covered by the framework agreement b) Description of routines for self-control when carrying out the work c) Description of the company's system for following up on deviations and undesirable incidents, as well as other improvement work including system audits d) Description of the company's system for risk management, including HSE e) Description of the company's system for change management f) Description of the company's system for following up on any subcontractors
Utilisation de ce critère: Utilisé
5.1.10.
Critères d’attribution
Critère:
Type: Qualité
Nom: Environment
Description: The supplier must describe in the offer how the supplier will ensure that the environmental footprint is reduced when carrying out the tasks and selecting a helicopter:
   1.  Selection of a helicopter with sustainable fuel
   2.  Selection of a helicopter with a low noise level
   3.  Other measures to reduce the climate and environmental footprint.
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 30
Critère:
Type: Qualité
Nom: Expertice and experience
Description: The supplier shall describe how to perform the work for the client in Appendix 2A. The description shall include at least all criteria listed below with reference to Appendix 1B: • Operation and navigation • Quality control of the field data • Geophysical data processing The supplier shall describe the instruments used under the acquisition in Appendix 1B and 2A. The description shall include at least all criteria listed in Appendix 1B. Provided sampled radiometric and HEM data will also be evaluated.
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 25
Critère:
Type: Prix
Nom: Price
Description: Total price from Appendix 4A. The supplier shall enter his prices in the price form, Appendix 4A
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 25
Critère:
Type: Qualité
Nom: Task comprehension and solutions - Quality of deliverables
Description: The supplier shall describe the final deliverables in Appendix 2A. The description shall include at least all the criteria listed in Appendix 1A.
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 20
5.1.11.
Documents de marché
Date limite de demande d’informations complémentaires: 11/04/2025 10:00:00 (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: anglais, norvégien
Catalogue électronique: Non autorisée
Variantes: Non autorisée
Les soumissionnaires peuvent présenter plusieurs offres: Autorisée
Date limite de réception des offres: 22/04/2025 10:00:00 (UTC)
Date limite de validité de l’offre: 3 Mois
Informations relatives à l’ouverture publique:
Date d'ouverture: 22/04/2025 10:05:00 (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 SSA-R and SSA-B
Facturation en ligne: Requise
La commande en ligne sera utilisée: non
Le paiement en ligne sera utilisé: non
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
Enchère électronique: non
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Trøndelag tingrett

   8.  Organisations
8.1.
ORG-0001
Nom officiel: Norges geologiske undersøkelse
Numéro d’enregistrement: 970188290
Adresse postale: Postboks 6315 Torgarden
Ville: Trondheim
Code postal: 7491
Pays: Norvège
Point de contact: Håkon Farstad
Adresse électronique: hakon@odinprosjekt.no
Téléphone: +47 45257595
Rôles de cette organisation:
Acheteur
8.1.
ORG-0002
Nom officiel: Trøndelag tingrett
Numéro d’enregistrement: 926722794
Ville: Trondheim
Pays: Norvège
Adresse électronique: post@trondelagtingrett.no
Téléphone: 73542400
Rôles de cette organisation:
Organisation chargée des procédures de recours
Informations relatives à l’avis
Identifiant/version de l’avis: f61c05cc-75e9-46ad-8b0b-52e7fb92bb21 - 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: 14/03/2025 17:31:00 (UTC)
Date d’envoi de l’avis (eSender): 14/03/2025 18:00:29 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
Numéro de publication de l’avis: 172325-2025
Numéro de publication au JO S: 54/2025
Date de publication: 18/03/2025

 
 
C L A S S E    C P V
60440000 - Services aériens et services connexes 
71000000 - Services d'architecture, services de construction, services d'ingénierie et services d'inspection 
71300000 - Services d'ingénierie 
71350000 - Services scientifiques et techniques dans le domaine de l'ingénierie 
71351000 - Services de prospection géologique et géophysique et autre prospection scientifique 
71351200 - Services de conseil en géologie et en géophysique