506801-2024 – Mise en concurrence
Norvège – Services de transport (à l’exclusion du transport des déchets) – Transport services Buss Vestfold 2026
OJ S 164/2024 23/08/2024
Avis de marché ou de concession – régime ordinaire – Avis de changement
Services
1. Acheteur
1.1.
Acheteur
Nom officiel: Vestfold fylkeskommune
Forme juridique de l’acheteur: Autorité régionale
Activité du pouvoir adjudicateur: Services d’administration générale
2. Procédure
2.1.
Procédure
Titre: Transport services Buss Vestfold 2026
Description: Vestfold fylkeskommune hereby invites tenderers to participate in a competition for a Contract for the procurement of transport services by bus in Vestfold «Transport services Buss Vestfold 2026». The competition will be held in accordance with the Act from 17 June 2016 no. 73 on public procurements and regulations 12 August 2016 no. 975 on procurement rules in the supply sectors (utilities regulations) parts I and II. The competition will be held as a competition with negotiations.
Identifiant de la procédure: f2f2328e-cfb8-4ef7-a237-a1ed5f91554b
Avis précédent: 106389-2024
Identifiant interne: 24/08708
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: The competition will be held in accordance with the Act from 17 June 2016 no. 73 on public procurements and regulations 12 August 2016 no. 975 on procurement rules in the supply sectors (utilities regulations) parts I and II. The competition will be held as a competition with negotiations. See the tender documentation.
2.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 60000000 Services de transport (à l’exclusion du transport des déchets)
Nomenclature supplémentaire (cpv): 60112000 Services de transport routier public
2.1.2.
Lieu d’exécution
N’importe où
Informations complémentaires: Vestfold County.
2.1.3.
Valeur
Valeur estimée hors TVA: 7 000 000 000,00 NOK
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
2.1.6.
Motifs d’exclusion
Situation analogue à la faillite prévue dans la législation nationale: Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Faillite: Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption: Is the tenderer himself or a person, who is a member of the tenderer’s administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ?s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Concordat: Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation à une organisation criminelle: Is the tenderer himself or a person, who is a member of the tenderer’s administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ?s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Accords avec d’autres opérateurs économiques en vue de fausser la concurrence: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Manquement aux obligations dans le domaine du droit environnemental: Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Blanchiment de capitaux ou financement du terrorisme: Is the tenderer himself or a person, who is a member of the tenderer’s administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraude: Is the tenderer himself or a person, who is a member of the tenderer’s administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Travail des enfants et autres formes de traite des êtres humains: Is the tenderer himself or a person, who is a member of the tenderer’s administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ?s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvabilité: Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Manquement aux obligations dans le domaine du droit du travail: Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Biens administrés par un liquidateur: Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Coupable de fausses déclarations, non-communication, n’a pas été en mesure de fournir les documents requis et a obtenu des informations confidentielles de la présente procédure: 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: 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: Transport services Buss Vestfold 2026
Description: Vestfold fylkeskommune hereby invites tenderers to participate in a competition for a Contract for the procurement of transport services by bus in Vestfold «Transport services Buss Vestfold 2026». The competition will be held in accordance with the Act from 17 June 2016 no. 73 on public procurements and regulations 12 August 2016 no. 975 on procurement rules in the supply sectors (utilities regulations) parts I and II. The competition will be held as a competition with negotiations.
Identifiant interne: 24/08708
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 60000000 Services de transport (à l’exclusion du transport des déchets)
Nomenclature supplémentaire (cpv): 60112000 Services de transport routier public
5.1.2.
Lieu d’exécution
N’importe où
Informations complémentaires: Vestfold County.
5.1.3.
Durée estimée
Date de début: 26/11/2024
Date de fin de durée: 30/06/2040
5.1.5.
Valeur
Valeur estimée hors TVA: 7 000 000 000,00 NOK
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Les noms et les qualifications professionnelles du personnel chargé de l’exécution du marché doivent être mentionnés: Non requises
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
5.1.7.
Marché public stratégique
Méthode utilisée pour réduire l’incidence environnementale: Autre
Méthode utilisée pour réduire l’incidence environnementale: L’atténuation du changement climatique
Critères marchés publics écologiques: Critères applicables aux marchés publics écologiques nationaux
Objectif social promu: Conditions de travail équitables
Objectif social promu: Devoir de diligence en matière de droits de l’homme dans les chaînes d’approvisionnement mondiales
Le marchés public relève du champ d’application de la directive 2009/33/CE du Parlement européen et du Conseil (directive sur les véhicules propres)
La base juridique de la directive sur les véhicules propres pour établir la catégorie de procédure de passation de marché qui s’applique: Services de transport routier de voyageurs
5.1.8.
Critères d’accessibilité
Des critères d’accessibilité pour les personnes handicapées sont appliqués
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Nom: Tenderers shall have sufficient financial and economic capacity to fulfil the contract.
Description: See the tender documentation
Utilisation de ce critère: Utilisé
Critère:
Type: Autre
Nom: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents:
Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Utilisation de ce critère: Utilisé
Critère:
Type: Autre
Nom: The tenderer fulfils the stated qualification requirements:
Description: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Utilisation de ce critère: 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: 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.
Utilisation de ce critère: Utilisé
Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: In the case of service contracts: Authorisations from a particular organisation required
Description: Is a specific authorisation required from a particular organisation to provide the service in the tenderer’s home country?
Utilisation de ce critère: Utilisé
Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: In the case of service contracts: Membership in a particular organisation is required
Description: Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ?s home country?
Utilisation de ce critère: 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: Utilisé
Critère:
Type: Capacité technique et professionnelle
Nom: Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description: Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Utilisation de ce critère: Utilisé
Critère:
Type: Capacité technique et professionnelle
Nom: Procurement of goods: Requested samples, descriptions or photographs with certificates
Description: When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Utilisation de ce critère: Utilisé
Critère:
Type: Capacité technique et professionnelle
Nom: When procuring goods: Certificates issued by official bodies for quality control
Description: Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Utilisation de ce critère: Utilisé
Critère:
Type: Capacité technique et professionnelle
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?
Utilisation de ce critère: Utilisé
Critère:
Type: Capacité technique et professionnelle
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: Utilisé
5.1.10.
Critères d’attribution
Critère:
Type: Prix
Nom: Price
Description: Lowest price.
Pondération (pourcentage, valeur exacte): 100
5.1.11.
Documents de marché
Langues dans lesquelles les documents de marché sont officiellement disponibles: norvégien
Date limite de demande d’informations complémentaires: 25/08/2024 22:00:00 (UTC)
5.1.12.
Conditions du marché public
Conditions de la procédure:
Date d’envoi estimée des invitations à soumissionner: 12/09/2024
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
Variantes: Non autorisée
Les soumissionnaires peuvent présenter plusieurs offres: Non autorisée
Description de la garantie financière: See the tender documentation
Date limite de réception des demandes de participation: 09/09/2024 10:00:58 (UTC)
Informations qui peuvent être complétées après la date limite de présentation des offres:
Aucun document ne peut être présenté ultérieurement.
Informations complémentaires: See the tender documentation
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 the tender documentation
Un accord de confidentialité est requis: non
Facturation en ligne: Requise
La commande en ligne sera utilisée: non
Le paiement en ligne sera utilisé: oui
Montage financier: See the tender documentation
Informations relatives aux délais de recours: See the tender documentation
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 réexamen
Organisation chargée des procédures de médiation: Vestfold tingrett
Organisation chargée des procédures de recours: Vestfold tingrett
Organisation qui fournit des informations sur le cadre réglementaire général qui, en matière de fiscalité, est applicable au lieu où la prestation doit être réalisée: Vestfold tingrett
Organisation qui fournit des informations sur le cadre réglementaire général qui, en matière de protection de l’environnement, est applicable au lieu où la prestation doit être réalisée: Vestfold tingrett
Organisation qui fournit des informations sur le cadre réglementaire général qui, en matière de protection du travail et de conditions de travail, est applicable au lieu où la prestation doit être réalisée: Vestfold tingrett
Organisation qui fournit des informations complémentaires sur la procédure de passation de marché: Vestfold fylkeskommune
Organisation qui fournit un accès hors ligne aux documents de marché: Vestfold fylkeskommune
Organisation qui fournit des précisions concernant l’introduction des recours: Vestfold fylkeskommune
Organisation qui reçoit les demandes de participation: Vestfold fylkeskommune
Organisation qui traite les offres: Vestfold fylkeskommune
8. Organisations
8.1.
ORG-0001
Nom officiel: Vestfold fylkeskommune
Numéro d’enregistrement: 929882385
Département: Team mobilitet
Adresse postale: Svend Foyns gate 9
Ville: TØNSBERG
Code postal: 3126
Subdivision pays (NUTS): Vestfold og Telemark (NO091)
Pays: Norvège
Point de contact: Øyvind Hanssen
Téléphone: +4799286304
Rôles de cette organisation:
Acheteur
Organisation qui fournit des informations complémentaires sur la procédure de passation de marché
Organisation qui fournit un accès hors ligne aux documents de marché
Organisation qui reçoit les demandes de participation
Organisation qui traite les offres
Organisation qui fournit des précisions concernant l’introduction des recours
8.1.
ORG-0002
Nom officiel: Vestfold tingrett
Numéro d’enregistrement: 926 723 618
Adresse postale: Postboks 2013
Ville: Tønsberg
Code postal: 3103
Subdivision pays (NUTS): Vestfold og Telemark (NO091)
Pays: Norvège
Téléphone: 33 20 67 00
Rôles de cette organisation:
Organisation chargée des procédures de recours
Organisation chargée des procédures de médiation
Organisation qui fournit des informations sur le cadre réglementaire général qui, en matière de fiscalité, est applicable au lieu où la prestation doit être réalisée
Organisation qui fournit des informations sur le cadre réglementaire général qui, en matière de protection de l’environnement, est applicable au lieu où la prestation doit être réalisée
Organisation qui fournit des informations sur le cadre réglementaire général qui, en matière de protection du travail et de conditions de travail, est applicable au lieu où la prestation doit être réalisée
10. Modification
Version de l’avis antérieur à modifier: 92ae324d-9ed9-4b86-b087-56500c534adf-01
10.1.
Modification
Identifiant de la section: ORG-0002
10.1.
Modification
Identifiant de la section: LOT-0000
11. Informations relatives à l’avis
11.1.
Informations relatives à l’avis
Identifiant/version de l’avis: 18837197-06e6-4aaf-9db2-742c47143955 – 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: 21/08/2024 14:14:02 (UTC)
Date d’envoi de l’avis (eSender): 21/08/2024 14:26:19 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
11.2.
Informations relatives à la publication
Numéro de publication de l’avis: 506801-2024
Numéro de publication au JO S: 164/2024
Date de publication: 23/08/2024