Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 14/10/2025
Date de péremption : 14/11/2025
Type de procédure : Procédure concurrentielle avec négociation
Type de document : Avis de marché ou de concession – régime ordinaire
Norvège
appel-offre

Norvège - Travaux de construction d'écoles primaires - Turnkey contract for renovation, alteration and expansion of Romedal school.

2025/S 2025-674147  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
197/2025
674147-2025 - Mise en concurrence
Norvège – Travaux de construction d'écoles primaires – Turnkey contract for renovation, alteration and expansion of Romedal school.
OJ S 197/2025 14/10/2025
Avis de marché ou de concession – régime ordinaire
Marché de travaux

   1.  Acheteur
1.1.
Acheteur
Nom officiel: Stange kommune
Adresse électronique: jon@odinprosjekt.no
Forme juridique de l’acheteur: Autorité locale
Activité du pouvoir adjudicateur: Services d’administration générale

   2.  Procédure
2.1.
Procédure
Titre: Turnkey contract for renovation, alteration and expansion of Romedal school.
Description: Stange municipality shall procure a turnkey contract for the renovation, alteration and expansion of Romedal skole, including nine operational/maintenance agreements. See the tender documentation for more information.
Identifiant de la procédure: ad289aba-9bf4-4f28-af54-a4f698971450
Identifiant interne: 2025/1462
Type de procédure: Négociée avec publication préalable d’un appel à la concurrence / concurrentielle avec négociation
La procédure est accélérée: non
Principales caractéristiques de la procédure: Stange municipality shall procure a turnkey contract for the renovation, alteration and expansion of Romedal skole, including nine operational/maintenance agreements. See the tender documentation for more information.
2.1.1.
Objet
Nature du marché: Marché de travaux
Nomenclature principale (cpv): 45214210 Travaux de construction d'écoles primaires
Nomenclature supplémentaire (cpv): 45000000 Travaux de construction, 45210000 Travaux de construction de bâtiments, 45214000 Travaux de construction d'établissements d'enseignement et de centres de recherche, 45214200 Travaux de construction de bâtiments scolaires, 45220000 Ouvrages d'art et de génie civil, 45259000 Réparation et entretien d'équipements, 45259300 Réparation et entretien de centrales thermiques, 45300000 Travaux d'équipement du bâtiment, 50000000 Services de réparation et d'entretien, 50532400 Services de réparation et d'entretien de matériel de distribution électrique, 50700000 Services de réparation et d'entretien d'installations de bâtiments, 50710000 Services de réparation et d'entretien d'installations électriques et mécaniques de bâtiment, 50711000 Services de réparation et d'entretien d'installations électriques de bâtiment, 50712000 Services de réparation et d'entretien d'installations mécaniques de bâtiment, 50720000 Services de réparation et d'entretien de chauffage central, 50730000 Services de réparation et d'entretien de groupes de réfrigération, 50750000 Services d'entretien d'ascenseurs, 50800000 Services divers d'entretien et de réparation, 71000000 Services d'architecture, services de construction, services d'ingénierie et services d'inspection, 71200000 Services d'architecture, 71240000 Services d'architecture, d'ingénierie et de planification, 71300000 Services d'ingénierie, 72267100 Maintenance de logiciels de technologies de l'information, 72514300 Services de gestion d'installations pour la maintenance de systèmes informatiques
2.1.2.
Lieu d’exécution
Adresse postale: Mågårdsvegen 24
Ville: Romedal
Code postal: 2334
Subdivision pays (NUTS): Innlandet (NO020)
Pays: Norvège
2.1.3.
Valeur
Valeur estimée hors TVA: 174 642 500,00 NOK
2.1.4.
Informations générales
Informations complémentaires: The selection criteria are weighted equally. The contracting authority can award the contract without negotiations. The contracting authority can reduce the number of tenders.
Base juridique:
Directive 2014/24/UE
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act dated 17 June 2016 (LOA) and the public procurement regulations (FOA) parts I and part III.
2.1.6.
Motifs d’exclusion
Sources des motifs d'exclusion: Avis
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.
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).
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).
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)
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.
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).
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.
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.
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.
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?
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.
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?
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 à des obligations liées à des 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?
Manquement à l’obligation relative au paiement de 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?
Manquement à l’obligation relative au 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?
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.
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.
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.
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.
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.
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.

   5.  Lot
5.1.
Lot: LOT-0000
Titre: Turnkey contract for renovation, alteration and expansion of Romedal school.
Description: Stange municipality shall procure a turnkey contract for the renovation, alteration and expansion of Romedal skole, including nine operational/maintenance agreements. See the tender documentation for more information.
Identifiant interne: 2025/1462
5.1.1.
Objet
Nature du marché: Marché de travaux
Nomenclature principale (cpv): 45214210 Travaux de construction d'écoles primaires
Nomenclature supplémentaire (cpv): 45000000 Travaux de construction, 45210000 Travaux de construction de bâtiments, 45214000 Travaux de construction d'établissements d'enseignement et de centres de recherche, 45214200 Travaux de construction de bâtiments scolaires, 45220000 Ouvrages d'art et de génie civil, 45259000 Réparation et entretien d'équipements, 45259300 Réparation et entretien de centrales thermiques, 45300000 Travaux d'équipement du bâtiment, 50000000 Services de réparation et d'entretien, 50532400 Services de réparation et d'entretien de matériel de distribution électrique, 50700000 Services de réparation et d'entretien d'installations de bâtiments, 50710000 Services de réparation et d'entretien d'installations électriques et mécaniques de bâtiment, 50711000 Services de réparation et d'entretien d'installations électriques de bâtiment, 50712000 Services de réparation et d'entretien d'installations mécaniques de bâtiment, 50720000 Services de réparation et d'entretien de chauffage central, 50730000 Services de réparation et d'entretien de groupes de réfrigération, 50750000 Services d'entretien d'ascenseurs, 50800000 Services divers d'entretien et de réparation, 71000000 Services d'architecture, services de construction, services d'ingénierie et services d'inspection, 71200000 Services d'architecture, 71240000 Services d'architecture, d'ingénierie et de planification, 71300000 Services d'ingénierie, 72267100 Maintenance de logiciels de technologies de l'information, 72514300 Services de gestion d'installations pour la maintenance de systèmes informatiques
Options:
Description des options: Options that apply shall be included: - Chapter 442B – New lighting equipment in the existing skole wing A (not the basement). - Chapter 4321B – New main distribution (as an alternative to item 4321A in the requirement specifications, which are pulled out of the contract sum and replaced with this if a new main distribution is chosen). - Chapter 76 - Asphalting of a car park. See the tender documentation for more information.
5.1.2.
Lieu d’exécution
Adresse postale: Mågårdsvegen 24
Ville: Romedal
Code postal: 2334
Subdivision pays (NUTS): Innlandet (NO020)
Pays: Norvège
5.1.3.
Durée estimée
Date de début: 31/01/2026
Date de fin de durée: 30/04/2027
5.1.5.
Valeur
Valeur estimée hors TVA: 174 642 500,00 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
Informations complémentaires: The selection criteria are weighted equally. The contracting authority can award the contract without negotiations. The contracting authority can reduce the number of tenders.
5.1.9.
Critères de sélection
Sources des critères de sélection: Avis
Critère: Inscription à un registre du commerce
Description: Demand: Tenderers shall be registered in the Register of Business Enterprises (or equivalent). Documentation requirement: Norwegian tenderers: Certificate from the Register of Business Enterprises. Foreign tenderers: Certificate/documentation from equivalent registers in the country where the tenderer is established.

Critère: Chiffre d'affaires annuel moyen
Description: Requirement for annual minimum turnover: Tenderers must have the economic and financial capacity to fulfil the contract. Annual turnover for construction work of minimum NOK 100,000,000 on average in the last three financial years. I.e. if the tenderer has a turnover of, for example, NOK 95 million a year, it could be ok if the tenderer has a turnover of, for example, NOK 105 million and NOK 100 million in the other years so that the average per year is min. NOK 100 million. Documentation requirement: Document an annual turnover for construction work of minimum NOK 100,000,000 on average for the last three available fiscal years. I.e. if the tenderer has a turnover of, for example, NOK 95 million a year, it could be ok if the tenderer has a turnover of, for example, NOK 105 million and NOK 100 million in the other years so that the average per year is min. NOK 100 million. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, it can document its economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual financial statements including notes, the board's annual reports and auditor's reports.

Critère: Autres exigences économiques ou financières
Description: Requirement for credit worthiness without requirement for provision of security: Tenderers must have the economic and financial capacity to fulfil the contract. Credit assessment from a credit rating company that shows that the tenderer has credit worthiness without any requirement for collateral: A from Dun & Bradstreet or equivalent. Documentation requirement: Credit assessment from a credit rating company that shows that the tenderer has credit worthiness without any requirement for collateral: A from Dun & Bradstreet or equivalent. The credit rating must not be more than six months old. A definition of the symbols used by the credit rating institution must be enclosed so that the contracting authority can assess different assessments against each other. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, it can document its economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual financial statements including notes, the board's annual reports and auditor's reports.

Critère: Références sur des travaux spécifiés
Description: Technical and professional qualifications of the tenderer: Requirement of the tenderer's experience: The tenderer shall as a whole have experience with the execution of similar projects. Projects with similar complexity and value are more relevant than other projects. This project is for the renovation and reuse of the existing building body as well as a new wooden extension. Such projects will therefore be seen as more relevant than others. Projects for the public builder will be seen as more relevant than that of private builders. Turnkey contracts are more relevant than other contract forms. Documentation requirement: Annex 3 Experience Overview: Overview of the three most relevant construction and construction work that the tenderer has carried out (completed) in the last five years. The overview should as a minimum contain: • Principal • Reference person: Name, telephone number, email address. • Date of delivery/execution (from-to) • Contract cost • Contract form • Brief description of the delivery The contracting authority reserves the right to contact the listed references in order to verify the extent and quality. It is the tenderer ´s responsibility to document relevance through the description in the overview.
Les critères seront appliqués pour sélectionner les candidats à convoquer pour la seconde étape de la procédure

Critère: Qualifications éducatives et professionnelles pertinentes
Description: Technical and professional qualifications of the tenderer: Requirement for relevant experience and education for project manager and site manager for the turnkey contract: The stated project manager and site manager shall have these roles in the turnkey contract. Manager: - Experience from similar projects. Relevant experience. - Education (in order of priority): o Bachelor degree or higher o Vocational college engineer Experience is given more weight than education. Site manager: - Experience from similar projects. Relevant experience. - Education (in order of priority): o Vocational college engineer or higher o Master Craftsman Certificate o Trade Certificate Experience is given more weight than education. About experience: Experience with projects of similar complexity and value is more relevant than other projects. This project is for the renovation and reuse of the existing building body as well as a new wooden extension. Such projects will therefore be seen as more relevant than others. Experience with projects for public builders is seen as more relevant than that of private builders. Experience from turnkey contracts is more relevant than other contract forms. Documentation requirement: CVs for the project manager and site manager who show experience and education. Maximum 2 A4 pages per CV with normal line spacing and margins. Font Arial, font size 10.
Les critères seront appliqués pour sélectionner les candidats à convoquer pour la seconde étape de la procédure

Critère: Certificats délivrés par des organismes indépendants concernant les normes d'assurance qualité
Description: Quality management: Requirement: Tenderers shall have satisfactory procedures for quality management. Documentation requirement: A description of the tenderer's quality assurance measures. This can be given in one of the following ways: Alternative 1: Description of the company's routines regarding quality management, with emphasis on quality assurance, resource management, management responsibility and continuous analysis and improvement. Alternative 2: If the tenderer is certified in accordance with ISO 9001:2015 or equivalent, it will be sufficient to enclose a copy of a valid certificate.

Critère: Mesures de gestion environnementale
Description: Environmental management system: Requirement: Tenderers shall have implemented a good environmental management system. Documentation requirement: Documentation that the tenderer is certified in accordance with ISO 14001:2015, EMAS, Miljøfyrtårn (Eco-Lighthouse) or equivalent third-party verified systems. It is sufficient to enclose a copy of a valid certificate.
Informations sur la seconde étape d’une procédure en deux étapes:
Nombre minimal de candidats à convoquer pour la seconde étape de la procédure: 3
Nombre maximal de candidats à convoquer pour la seconde étape de la procédure: 4
La procédure se déroulera en plusieurs étapes. À chaque étape, certains participants peuvent être éliminés
L’acheteur se réserve le droit d’attribuer le marché sur la base des offres initiales sans mener de négociations
5.1.10.
Critères d’attribution
Critère:
Type: Prix
Nom: Price
Description: See the tender documentation.
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 60,00
Critère:
Type: Qualité
Nom: Assignment comprehension
Description: See the tender documentation.
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 40,00
5.1.11.
Documents de marché
Langues dans lesquelles les documents de marché sont officiellement disponibles: norvégien
Adresse des documents de marché: https://permalink.mercell.com/266239985.aspx
Canal de communication ad hoc:
Nom: Søknad, tilbud og spørsmål-og-svar foregår i Mercell.
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
Les soumissionnaires peuvent présenter plusieurs offres: Non autorisée
Description de la garantie financière: See the tender documentation for collateral etc.
Date limite de réception des demandes de participation: 14/11/2025 11:00:00 (UTC) Heure de l'Europe occidentale, GMT
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: oui
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
Enchère électronique: non
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Hedmarken og Østerdal tingrett
Informations relatives aux délais de recours: Deadline for request for a temporary injunction: A petition for a provisional injunction against the contracting authority's decision to reject or reject a request to participate in the competition must be presented to the district court within 15 days calculated from the day after the notification of the rejection or rejection has been sent, cf. the Public Procurement Regulations § 20-7 (2). Appeals to the contract award: Tenderers can appeal the award.

   8.  Organisations
8.1.
ORG-0001
Nom officiel: Stange kommune
Numéro d’enregistrement: 970169717
Adresse postale: Storgata 45
Ville: STANGE
Code postal: 2336
Subdivision pays (NUTS): Innlandet (NO020)
Pays: Norvège
Point de contact: Jon Brudeseth
Adresse électronique: jon@odinprosjekt.no
Téléphone: +47 90944158
Adresse internet: https://www.stange.kommune.no/
Rôles de cette organisation:
Acheteur
8.1.
ORG-0002
Nom officiel: Hedmarken og Østerdal tingrett
Numéro d’enregistrement: 935364892
Ville: Hamar
Code postal: 2317
Subdivision pays (NUTS): Innlandet (NO020)
Pays: Norvège
Rôles de cette organisation:
Organisation chargée des procédures de recours
Informations relatives à l’avis
Identifiant/version de l’avis: 4c1930f1-a974-443a-bcdc-53f3e735fe07 - 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: 13/10/2025 06:48:02 (UTC) Heure de l'Europe occidentale, GMT
Date d’envoi de l’avis (eSender): 13/10/2025 06:48:02 (UTC) Heure de l'Europe occidentale, GMT
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
Numéro de publication de l’avis: 674147-2025
Numéro de publication au JO S: 197/2025
Date de publication: 14/10/2025

 
 
C L A S S E    C P V
45000000 - Travaux de construction 
45210000 - Travaux de construction de bâtiments 
45214000 - Travaux de construction d'établissements d'enseignement et de centres de recherche 
45214200 - Travaux de construction de bâtiments scolaires 
45214210 - Travaux de construction d'écoles primaires 
45220000 - Ouvrages d'art et de génie civil 
45259000 - Réparation et entretien d'équipements 
45259300 - Réparation et entretien de centrales thermiques 
45300000 - Travaux d'équipement du bâtiment 
50000000 - Services de réparation et d'entretien 
50532400 - Services de réparation et d'entretien de matériel de distribution électrique 
50700000 - Services de réparation et d'entretien d'installations de bâtiments 
50710000 - Services de réparation et d'entretien d'installations électriques et mécaniques de bâtiment 
50711000 - Services de réparation et d'entretien d'installations électriques de bâtiment 
50712000 - Services de réparation et d'entretien d'installations mécaniques de bâtiment 
50720000 - Services de réparation et d'entretien de chauffage central 
50730000 - Services de réparation et d'entretien de groupes de réfrigération 
50750000 - Services d'entretien d'ascenseurs 
50800000 - Services divers d'entretien et de réparation 
71000000 - Services d'architecture, services de construction, services d'ingénierie et services d'inspection 
71200000 - Services d'architecture 
71240000 - Services d'architecture, d'ingénierie et de planification 
71300000 - Services d'ingénierie 
72267100 - Maintenance de logiciels de technologies de l'information 
72514300 - Services de gestion d'installations pour la maintenance de systèmes informatiques