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 restreinte
Type de document : Avis de marché ou de concession – régime ordinaire
Norvège
appel-offre

Norvège - Travaux de construction - H0600 EFU-10906 Loddefjordåsen treatment centre, turnkey contract stage 1

2025/S 2025-172330  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
54/2025
172330-2025 - Mise en concurrence
Norvège – Travaux de construction – H0600 EFU-10906 Loddefjordåsen treatment centre, turnkey contract stage 1
OJ S 54/2025 18/03/2025
Avis de marché ou de concession – régime ordinaire
Marché de travaux

   1.  Acheteur
1.1.
Acheteur
Nom officiel: Bergen kommune - Etat for utbygging
Adresse électronique: elisabeth.skeie@bergen.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: H0600 EFU-10906 Loddefjordåsen treatment centre, turnkey contract stage 1
Description: Bergen municipality, the Development Department, hereby invites tenderers to a competition for a contract for a turnkey contract for the project H0600 Loddefjordåsen treatment centre.
Identifiant de la procédure: 26567469-a589-4c78-8b9f-d6aec30e7fdb
Identifiant interne: 2019/18076
Type de procédure: Restreinte
La procédure est accélérée: non
Principales caractéristiques de la procédure: Bergen municipality, the Development Department, shall, on behalf of the City Council Departments for elderly persons, health and welfare, construct a new nursing home in Loddefjord. The nursing home shall be constructed at the neighbouring site of frieda Fasmers minne in Loddefjordåsen. Address: Vadmyrveien, 5172 Loddefjord. Number/title no. 124/180 m.fl. The site for the new nursing home consists largely of a natural southeast-facing "bowl" with marsh, forest and clearance after a former power street. The nursing home shall house 90 resident rooms with the accompanying nursing home facilities for short-term stays, including a parking basement and a developed outdoor area. The nursing home includes a main building as well as three resident wings in the countryside facing east. There shall be nine residential groups with ten resident rooms in each residential group. In the main building, facing north, there is parking and communal functions on the ground floor below ground. On the first floor, on the ground floor with an external square/terrain on the west side, there is a main entrance, administration and other common functions as well as an inner atrium. On the 3rd and top floors there are resident groups with an inner roof garden.
2.1.1.
Objet
Nature du marché: Marché de travaux
Nomenclature principale (cpv): 45000000 Travaux de construction
Nomenclature supplémentaire (cpv): 45210000 Travaux de construction de bâtiments, 45215100 Travaux de construction de bâtiments liés à la santé, 45215213 Travaux de construction de centres de soins, 45215214 Travaux de construction de foyers résidentiels, 71240000 Services d'architecture, d'ingénierie et de planification, 71320000 Services de conception technique
2.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Vestland (NO0A2)
Pays: Norvège
2.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Vestland (NO0A2)
Pays: Norvège
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
Anskaffelsesforskriften -
2.1.6.
Motifs d’exclusion
Situation analogue à la faillite prévue dans la législation nationale: Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities' It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Faillite: Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities' It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies' Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ´s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Concordat: Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities' It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation à une organisation criminelle: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies' Participation in a criminal organisation as defined in Article 2 of the Council ´s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Accords avec d’autres opérateurs économiques en vue de fausser la concurrence: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Manquement aux obligations dans le domaine du droit environnemental: Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Blanchiment de capitaux ou financement du terrorisme: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies' Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraude: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies' Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Travail des enfants et autres formes de traite des êtres humains: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies' Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of
   5.  1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ´s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvabilité: Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities' It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Manquement aux obligations dans le domaine du droit du travail: Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Biens administrés par un liquidateur: Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities' It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Coupable de fausses déclarations, non-communication, n’a pas été en mesure de fournir les documents requis et a obtenu des informations confidentielles de la présente procédure: Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award'
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: H0600 EFU-10906 Loddefjordåsen treatment centre, turnkey contract stage 1
Description: Bergen municipality, the Development Department, hereby invites tenderers to a competition for a contract for a turnkey contract for the project H0600 Loddefjordåsen treatment centre.
Identifiant interne: 2019/18076
5.1.1.
Objet
Nature du marché: Marché de travaux
Nomenclature principale (cpv): 45000000 Travaux de construction
Nomenclature supplémentaire (cpv): 45210000 Travaux de construction de bâtiments, 45215100 Travaux de construction de bâtiments liés à la santé, 45215213 Travaux de construction de centres de soins, 45215214 Travaux de construction de foyers résidentiels, 71240000 Services d'architecture, d'ingénierie et de planification, 71320000 Services de conception technique
5.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Vestland (NO0A2)
Pays: Norvège
5.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Vestland (NO0A2)
Pays: Norvège
5.1.3.
Durée estimée
Durée: 30 Mois
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: The minimum requirement for qualification requirements the company shall have sufficient economic and financial capacity to carry out the assignment. When assessing what is seen as sufficient economic and financial capacity for each assignment, emphasis will be put on the assignment ´s values, benefits, risks and duration. All the received and any obtained information will form the basis for an overall assessment of whether the qualification requirement is fulfilled. Documentation requirement for Norwegian companies: The contracting authority will check the company ´s financial situation itself from DFØ's eBevis and Proff Forvalt (https://forvalt.no/). (companies that have delivered accounts to the Brønnøysund Register Centre are registered through Proff Forvalt) Foreign companies: The company ´s last two auditor approved annual accounts. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be provided. If one company will use the capacity of other companies to fulfil the requirements for economic and financial capacity, the contracting authority requires that they are joint and severally responsible for the execution of the contract.
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: Certificates issued by independent bodies for quality assurance standards.
Description: Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements' The minimum qualification requirements the Contracting Authority requires that all tenderers have a quality management system in accordance with NS-EN ISO 9001:2015. Documentation requirement: Valid ISO-9001:2015 certificate. If a company does not have such a certificate, documentation shall be enclosed in the form of the company's quality handbook, alternatively table of contents of the management system and organisation chart showing the responsibilities of quality.
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: Certificates issued by independent bodies for environmental management standards.
Description: Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards'
Utilisation de ce critère: Non utilisé

Critère:
Type: 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. The company shall be legally registered. Documentation requirement: It is not necessary to enclose documentation for companies that are registered in the Norwegian Register of Business Enterprises and the VAT register. The contracting authority will check the organisation number in the company ´s Mercell profile. Please note that it is the organisation number that is in the company ´s profile for this competition in Mercell that is checked. For companies that are not registered in the above mentioned register, tenderers must present a certificate or confirmation (equivalent company registration certificate) of registration in a trade or business register as prescribed by the law of the country where the company is established. Such a certificate shall not be issued more than six months before the tender deadline.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Only for building and construction works:
Description: Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration. The company shall have experience from relevant assignments. Relevant assignments are in this context defined as assignments of the same complexity/degree of difficulty and scope/size as the turnkey contractor. All reference assignments stated shall be completed. As completed, assignments will be seen as taken over by the builder. Documentation requirement: The company ´s relevant assignments from the last 10 years, use the reference list template. In cases where the company does not have the necessary qualifications, but relies on other suppliers to be qualified, equivalent documentation must be presented for them.
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.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: For public building and construction work, technical personnel or units that shall carry out the work
Description: Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Technical facilities and quality assurance measures
Description: The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ´s survey and research facility is as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Investigation and research facilities
Description: The tenderer ´s survey and research facilitates are as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Management and tracing of the supply chain
Description: The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Control Permission
Description: For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures' The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Education and professional qualifications
Description: The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Environmental management measures
Description: Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Number of employees in the management
Description: The tenderer ´s number of employees in the management during the last three years was as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Average workforce
Description: The tenderer's average annual workforce in the last three years has been as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Tools, materials and technical equipment.
Description: Tenderers can use the following tools, material and technical equipment to carry out the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Portion of the contract to sub-suppliers.
Description: The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ´ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Utilisation de ce critère: Non utilisé
5.1.10.
Critères d’attribution
Critère:
Type: Qualité
Nom: Implementation plan
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 30
Critère:
Type: Prix
Nom: Price
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 70
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/250602218.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: Requise
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 demandes de participation: 22/04/2025 10:00:00 (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: 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: Hordaland Tingrett

   8.  Organisations
8.1.
ORG-0001
Nom officiel: Bergen kommune - Etat for utbygging
Numéro d’enregistrement: 964338531
Département: Etat for utbygging
Adresse postale: Postboks 7700
Ville: BERGEN
Code postal: 5020
Subdivision pays (NUTS): Vestland (NO0A2)
Pays: Norvège
Point de contact: Elisabeth Skeie
Adresse électronique: elisabeth.skeie@bergen.kommune.no
Téléphone: +47 05556
Adresse internet: https://www.bergen.kommune.no
Rôles de cette organisation:
Acheteur
8.1.
ORG-0002
Nom officiel: Hordaland Tingrett
Numéro d’enregistrement: 974737418
Ville: Bergen
Pays: Norvège
Adresse électronique: hordaland.tingrett@domstol.no
Téléphone: 55699700
Rôles de cette organisation:
Organisation chargée des procédures de recours
Informations relatives à l’avis
Identifiant/version de l’avis: fc23c944-b07a-4b4f-ab54-a460711af012 - 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: 17/03/2025 09:33:36 (UTC)
Date d’envoi de l’avis (eSender): 17/03/2025 09:34:12 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
Numéro de publication de l’avis: 172330-2025
Numéro de publication au JO S: 54/2025
Date de publication: 18/03/2025

 
 
C L A S S E    C P V
45000000 - Travaux de construction 
45210000 - Travaux de construction de bâtiments 
45215100 - Travaux de construction de bâtiments liés à la santé 
45215213 - Travaux de construction de centres de soins 
45215214 - Travaux de construction de foyers résidentiels 
71240000 - Services d'architecture, d'ingénierie et de planification 
71320000 - Services de conception technique