Norvège – Tour de forage – Procurement of geotechnical drilling rigs.
Résumé de l’avis TED
| Source | TED / Union européenne |
|---|---|
| Référence | 312173-2026 |
| Organisme | Statens vegvesen |
| Type de procédure | Non spécifié |
| Date de publication | 7 mai 2026 |
| Date d’échéance | Non spécifié |
| Pays | NOR |
| Lieu d’exécution | NOR |
| Nature du contrat | Non spécifié |
| Catégorie TED | cn-standard |
Contenu officiel TED
312173-2026 – Mise en concurrence
312173-2026
312173-2026 – Mise en concurrence
Norvège – Tour de forage – Procurement of geotechnical drilling rigs.
OJ S 88/2026 07/05/2026
Avis de marché ou de concession – régime ordinaire
Fournitures
1. Acheteur
1.1.
Acheteur
Nom officiel: Statens vegvesen
Forme juridique de l’acheteur: Organisme de droit public, contrôlé par une autorité publique centrale
Activité du pouvoir adjudicateur: Services d’administration générale
2. Procédure
2.1.
Procédure
Titre: Procurement of geotechnical drilling rigs.
Description: The contracting authority needs one soil drilling rig on track. The objective of the procurement is to carry out geotechnical ground surveys for new construction and maintenance of roads. The assignment includes delivery and training and use of the test drilling rig. A service contract will be kept out of this procurement as a separate. The rig that shall be procured shall replace the current rig, which is 12 years and worn out.
Identifiant de la procédure: 504ef869-bf4d-416f-811b-8734c7d0e3fe
Identifiant interne: 5156
Type de procédure: Ouverte
La procédure est accélérée: non
2.1.1.
Objet
Nature principale du marché: Fournitures
Nomenclature principale (cpv): 43132200 Tour de forage
Nomenclature complémentaire (cpv): 50530000 Services de réparation et d’entretien de machines
2.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Telemark (NO094)
Pays: Norvège
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
2.1.6.
Motifs d’exclusion
Sources des motifs d’exclusion: Avis
Situation analogue à la faillite prévue dans la législation nationale: 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 combating 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Fausses déclarations, dissimulation d’informations, incapacité de présenter les documents requis ou obtention d’informations confidentielles sur cette procédure: Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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: Is the tenderer 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?
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.
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?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Manquement à l’obligation relative au paiement d’impôts et taxes: Has the tenderer not fulfilled all of his tax and duty obligations in both the country where 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.
Délit affectant la moralité professionnelle dans le domaine de la passation des marchés de défense: 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Défaut de la fiabilité nécessaire pour éviter des atteintes à la sécurité du pays: Is the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
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.
5. Lot
5.1.
Lot: LOT-0001
Titre: Procurement of geotechnical drilling rigs.
Description: The contracting authority needs one soil drilling rig on track. The objective of the procurement is to carry out geotechnical ground surveys for new construction and maintenance of roads. The assignment includes delivery and training and use of the test drilling rig. A service contract will be kept out of this procurement as a separate. The rig that shall be procured shall replace the current rig, which is 12 years and worn out.
Identifiant interne: 6736
5.1.1.
Objet
Nature principale du marché: Fournitures
Nomenclature principale (cpv): 43132200 Tour de forage
Nomenclature complémentaire (cpv): 50530000 Services de réparation et d’entretien de machines
5.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Telemark (NO094)
Pays: Norvège
5.1.3.
Durée estimée
Date de début: 01/09/2026
Date de fin de durée: 01/04/2027
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
Objectif du marché public stratégique: Réduction des incidences sur l’environnement
Description: Reduction of environmental impact
5.1.9.
Critères de sélection
Sources des critères de sélection: Avis
Critère: Autres exigences économiques ou financières
Description du critère de sélection: Tenderers must have sufficient financial capacity to fulfil the contract. In order to fulfil the requirement, it is sufficient for the tenderer to be assessed as credit worthy based on Experians Commercial Delphi score. If a tenderer is assessed lower than credit worthy, the contracting authority can undertake an overall assessment based on additional information. Documentation requirements: The contracting authority will obtain a credit rating from Experian. If there is doubt, the Contracting Authority can obtain further information from the tenderer.
Critère: Références sur des livraisons spécifiées
Description du critère de sélection: Tenderers shall have relevant experience. The following central works/areas are particularly relevant: · Delivery of test drilling rigs Service and maintenance of test drilling rigs, particularly on belts. Documentation requirements: Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall present the following documentation proof if requested by the contracting authority: – An overview of at least 3 (maximum 5) of the most important, relevant work performed during the last three years, including a short description of the assignment, the name of the public or private recipient, as well as information on value/amount/scope and date. A tenderer who is newly established and cannot submit references, must be particularly careful to document and substantiate that they still have the prerequisites required to carry out the assignment. Newly established tenderers can document that the requirement is fulfilled by referring to experience that the offered persons/resources have built up in the service of others than the tenderer. In addition to the documentation that the tenderer has submitted, the contracting authority will emphasise its own documented experience with the tenderer.
Critère: Autres exigences économiques ou financières
Description du critère de sélection: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirements: Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall, upon request by the Contracting Authority, present a tax and VAT certificate issued by a competent body in the tenderer’s home country or the country where the tenderer is established. The certificate shall show whether the tenderer has fulfilled his obligations to pay taxes, duties and social security contributions. The certificate shall not be older than six months from the tender deadline.
5.1.10.
Critères d’attribution
Critère:
Type: Prix
Description: Price
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 35
Critère:
Type: Qualité
Description: Quality of equipment
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 65
Critère:
Type: Qualité
Description: In this procurement, the contracting authority will replace climate and environmental considerations as the award criteria with climate and environmental requirements in the requirement specifications, cf. the Public Procurement Regulations § 7-9(4). The contracting authority considers it clear that the climate and environmental requirements in the requirement specifications provide better climate and environmental effect than the award criterion, as the requirement for a hybrid drilling rig that can be run electrically gives a direct and concrete environmental effect. The requirement that the rig shall be able to operate electrically, either on battery or mains voltage, means that it can be used with 100% emission free operation in areas where possible. This contributes to reducing direct emissions from ground surveys. Instead of suppliers competing for climate and environment, minimum requirements must be fulfilled. This ensures that all offered systems fulfil a high environmental level and that the contracting authority achieves the desired climate and environmental effect regardless of price differences or other competition parameters.
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 0
5.1.11.
Documents de marché
L’accès à certains documents de marché est restreint
Des informations sur les documents restreints sont disponibles à l’adresse suivante: https://app.artifik.no/procurements/5156
Canal de communication ad hoc:
Nom: e-Tendering
5.1.12.
Conditions du marché public
Conditions de soumission:
Soumission par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation/candidatures peuvent être présentées: anglais, norvégien
Catalogue électronique: Non autorisée
Date limite de réception des offres: 10/06/2026 10:00:00 (UTC+00:00) Heure de l’Europe occidentale, GMT
Durée de validité des offres: 3 Mois
Conditions du marché:
Le contrat doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Conditions relatives à l’exécution du contrat: N/A
Facturation électronique: Requise
La commande en ligne sera utilisée: oui
Le paiement électronique sera utilisé: oui
Arrangement financier: N/A
5.1.15.
Techniques
Accord-cadre:
Pas d’accord-cadre
Informations sur le système d’acquisition dynamique:
Pas de système d’acquisition dynamique
5.1.16.
Informations complémentaires, médiation et recours
Organisation chargée des procédures de recours: Oslo tingrett
Organisation qui fournit des informations complémentaires sur la procédure de passation de marché: Statens vegvesen
Organisation qui fournit des précisions concernant l’introduction des recours: Statens vegvesen
Organisation qui reçoit les demandes de participation/candidatures: Artifik AS
8. Organisations
8.1.
ORG-0001
Nom officiel: Statens vegvesen
Numéro d’enregistrement: 971032081
Adresse postale: Innspurten 11C
Ville: Oslo
Code postal: 0663
Subdivision pays (NUTS): Oslo (NO081)
Pays: Norvège
Point de contact: Nikolai Haugrønning
Téléphone: +47 22073000
Rôles de cette organisation:
Acheteur
Organisation qui fournit des informations complémentaires sur la procédure de passation de marché
Organisation qui fournit des précisions concernant l’introduction des recours
8.1.
ORG-0002
Nom officiel: Oslo tingrett
Numéro d’enregistrement: 926725939
Adresse postale: Postboks 2106 Vika
Ville: Oslo
Code postal: 0125
Subdivision pays (NUTS): Oslo (NO081)
Pays: Norvège
Téléphone: +47 22035200
Rôles de cette organisation:
Organisation chargée des procédures de recours
8.1.
ORG-0003
Nom officiel: Artifik AS
Numéro d’enregistrement: 925364967
Adresse postale: Stortingsgata 12
Ville: Oslo
Code postal: 0161
Subdivision pays (NUTS): Oslo (NO081)
Pays: Norvège
Rôles de cette organisation:
Prestataire de services de passation de marché
Organisation qui reçoit les demandes de participation/candidatures
Informations relatives à l’avis
Identifiant/version de l’avis: 04eb8ff6-f9ac-4e41-a655-0dcc9a9ce3cb – 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: 06/05/2026 06:50:09 (UTC+00:00) Heure de l’Europe occidentale, GMT
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
Numéro de publication de l’avis: 312173-2026
Numéro de publication au JO S: 88/2026
Date de publication: 07/05/2026
