Framework Agreement - Helicopter airborne services for acquisition of aeromagnetic, radiometric and electromagnetic data in Norway

The purpose of this process is to obtain competitive bids for the acquisition of a combined magnetic, electromagnetic (EM) and gamma-ray spectrometric data survey in Innlandet County, Norway as specified in the Scope of Services and Technical Specifications (see Appendix 1A). Other areas with similar demographic and topographic challenges may …

CPV: 71351000 Servicios de prospección geológica, geofísica y otros tipos de prospección científica, 60440000 Servicios aéreos y servicios conexos, 71000000 Servicios de arquitectura, construcción, ingeniería e inspección, 71300000 Servicios de ingeniería, 71350000 Servicios científicos y técnicos relacionados con la ingeniería, 71351200 Servicios de consultoría en materia geológica y geofísica
Plazo:
22 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework Agreement - Helicopter airborne services for acquisition of aeromagnetic, radiometric and electromagnetic data in Norway
Organismo adjudicador:
Norges geologiske undersøkelse
Número de premio:
25/00001-4

1. Buyer

1.1 Buyer

Official name : Norges geologiske undersøkelse
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework Agreement - Helicopter airborne services for acquisition of aeromagnetic, radiometric and electromagnetic data in Norway
Description : The purpose of this process is to obtain competitive bids for the acquisition of a combined magnetic, electromagnetic (EM) and gamma-ray spectrometric data survey in Innlandet County, Norway as specified in the Scope of Services and Technical Specifications (see Appendix 1A). Other areas with similar demographic and topographic challenges may be added if time and budget permit at the end of the survey flying of the current planned areas. No pre-qualification process will be required under this invitation to bid. The purpose of the procurement is to enter a four (4) years framework agreement for helicopter airborne services for acquisition of aeromagnetic, radiometric and electromagnetic data in Norway. For the next four (4) years, the Geological Survey of Norway intends for acquiring combined magnetic, electromagnetic (EM) and gamma-ray spectrometric data, from a helicopter type AS 350 B2 or similar, on an area of approximately 4,000 km2 or ca. 20,000 line-km in Norway. A complete description of the technical requirements and required deliverables are specified in appendix 1A and 1B.
Procedure identifier : 139f31bc-2a64-478d-80ce-bcd31de2bf23
Previous notice : 98834-2025
Internal identifier : 25/00001-4
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure : The procurement is carried out in accordance with the Act of 17 June 2016 No. 73 on Public Procurement (LOA) and the Regulations of 12 August 2016 No. 974 on Public Procurement (FOA) Parts I and III. The competition is conducted as an open tender procedure, cf. FOA Section 13-1 (1). In this competition there is no opportunity to negotiate. Consequently, there is no opportunity to change the offer after the expiry of the offer deadline. Furthermore, it is noted that offers that contain significant deviations from the procurement documents shall be rejected pursuant to the Regulations on Public Procurement Section 24-8(1) b. The contracting authority may reject offers that contain deviations from the procurement documents, ambiguities or the like that must not be considered insignificant, cf. the Regulations Section 24-8(2) a. The supplier is strongly encouraged to follow the instructions given in the procurement documents and, if necessary, ask questions to the contact person via Mercell.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services
Additional classification ( cpv ): 60440000 Aerial and related services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone
Maximum value of the framework agreement : 40 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competition : Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Breaching of obligations in the fields of environmental law : Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Purely national exclusion grounds : According to ESPD Part III: Grounds for rejection, Section D: "Other grounds for rejection stipulated in the national legislation of the contracting authority's Member State". The Norwegian procurement rules go further than what follows from the grounds for rejection specified in the EU Public Procurement Directive and in the standard form for the ESPD. It is therefore clarified that in this competition all the grounds for rejection in FOA § 24-2 apply, including the purely national grounds for rejection. The following of the grounds for rejection in FOA § 24-2 are purely national grounds for rejection: • § 24-2 (2). This provision states that the contracting authority shall reject a supplier when it is aware that the supplier has been convicted by a final judgment or has imposed a fine for the specified criminal offences. The requirement that the contracting authority shall reject suppliers who have imposed a fine for the specified criminal offences is a specific Norwegian requirement. • § 24-2 (3) letter i. The reason for rejection in the ESPD form only applies to serious professional misconduct, while the Norwegian reason for rejection also includes other serious misconduct that may cast doubt on the supplier's professional integrity.
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Early termination, damages or other comparable sanctions : Has the economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract?
Breaching of obligations in the fields of social law : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework Agreement - Helicopter airborne services for acquisition of aeromagnetic, radiometric and electromagnetic data in Norway
Description : The purpose of this process is to obtain competitive bids for the acquisition of a combined magnetic, electromagnetic (EM) and gamma-ray spectrometric data survey in Innlandet County, Norway as specified in the Scope of Services and Technical Specifications (see Appendix 1A). Other areas with similar demographic and topographic challenges may be added if time and budget permit at the end of the survey flying of the current planned areas. No pre-qualification process will be required under this invitation to bid. The purpose of the procurement is to enter a four (4) years framework agreement for helicopter airborne services for acquisition of aeromagnetic, radiometric and electromagnetic data in Norway. For the next four (4) years, the Geological Survey of Norway intends for acquiring combined magnetic, electromagnetic (EM) and gamma-ray spectrometric data, from a helicopter type AS 350 B2 or similar, on an area of approximately 4,000 km2 or ca. 20,000 line-km in Norway. A complete description of the technical requirements and required deliverables are specified in appendix 1A and 1B.
Internal identifier : 25/00001-4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services
Additional classification ( cpv ): 60440000 Aerial and related services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71351200 Geological and geophysical consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone
Maximum value of the framework agreement : 40 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : Other Green Public Procurement criteria

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The supplier's economic and financial capacity
Description : The supplier must have sufficient economic and financial capacity to be able to fulfill the contract. Creditworthiness without the requirement for security will be sufficient to fulfill the requirement. Documentation: Credit rating based on the latest known accounting figures. The rating must be carried out by a credit information company that has a license to conduct such activities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax and VAT certificate
Description : The supplier must have submitted their Tax declarations and paid tax and value added tax. Documentation: Certificates of paid tax and VAT. Norwegian suppliers can order the Certificate at www.skatteetaten.no . The Certificate must not be older than six (6) months from the deadline for submitting offers. The certificate must be electronically approved by the relevant authorities. If the tenderer plans to use subcontractors, the main supplier is responsible for ensuring that the subcontractor's tax situation is in order.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Suppliers registration, authorization, etc.
Description : The supplier must be registered in a business register, professional register or trade register in the state in which the supplier is established. Documentation: • Norwegian companies: Company certificate issued by the Brønnøysund Register Centre. • Foreign companies: Documentation that the company is registered in the business register, professional register or a trade register in the state in which the supplier is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The supplier's technical and professional qualifications
Description : The supplier must have capacity and experience from relevant comparable assignments. Documentation: The tenderer must enclose a short list of the most important relevant assignments and services performed in the last five years, including information on value, time, short description of the assignment, and the name of the public or private contracting authority. The description must include an indication of the assignment's value, time and recipient (name, telephone and email). Use attachment 2 – Reference list
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The supplier's technical and professional qualifications
Description : The supplier must have personnel with sufficient technical and professional competence, including human and technical resources to fulfill the contract Documentation: Describe the organization and the staff's expertise. The supplier attaches a description of the technical personnel and technical department, and the supplier assigned staff responsible for quality control.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The supplier's technical and professional qualifications
Description : The supplier must be approved for commercial domestic flights in helicopters and be approved by the Norwegian Civil Aviation Authority for this type of activity. Documentation: Confirmation from the Civil Aviation Authority
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The supplier's management system for quality
Description : The supplier must have a documented and implemented quality management system. Documentation: Copy of a valid NS-EN ISO 9001 certificate issued by an accredited quality control institution. Or If the tenderer is not certified, a description of the supplier's system (routines and measures) for quality assurance and any additional documentation/certificates must be provided that specifically show what kind of system the tenderer has, and be able to document the following: a) Documented method/procedure for planning and carrying out assignments covered by the framework agreement b) Description of routines for self-control when carrying out the work c) Description of the company's system for following up on deviations and undesirable incidents, as well as other improvement work including system audits d) Description of the company's system for risk management, including HSE e) Description of the company's system for change management f) Description of the company's system for following up on any subcontractors
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Environment
Description : The supplier must describe in the offer how the supplier will ensure that the environmental footprint is reduced when carrying out the tasks and selecting a helicopter: 1. Selection of a helicopter with sustainable fuel 2. Selection of a helicopter with a low noise level 3. Other measures to reduce the climate and environmental footprint.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Expertice and experience
Description : The supplier shall describe how to perform the work for the client in Appendix 2A. The description shall include at least all criteria listed below with reference to Appendix 1B: • Operation and navigation • Quality control of the field data • Geophysical data processing The supplier shall describe the instruments used under the acquisition in Appendix 1B and 2A. The description shall include at least all criteria listed in Appendix 1B. Provided sampled radiometric and HEM data will also be evaluated.
Weight (percentage, exact) : 25
Criterion :
Type : Price
Name : Price
Description : Total price from Appendix 4A. The supplier shall enter his prices in the price form, Appendix 4A
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Task comprehension and solutions - Quality of deliverables
Description : The supplier shall describe the final deliverables in Appendix 2A. The description shall include at least all the criteria listed in Appendix 1A.
Weight (percentage, exact) : 20
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 11/04/2025 10:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 22/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 22/04/2025 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See SSA-R and SSA-B
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett

8. Organisations

8.1 ORG-0001

Official name : Norges geologiske undersøkelse
Registration number : 970188290
Postal address : Postboks 6315 Torgarden
Town : Trondheim
Postcode : 7491
Country : Norway
Contact point : Håkon Farstad
Telephone : +47 45257595
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Town : Trondheim
Country : Norway
Telephone : 73542400
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : f61c05cc-75e9-46ad-8b0b-52e7fb92bb21 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/03/2025 17:31 +00:00
Notice dispatch date (eSender) : 14/03/2025 18:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00172325-2025
OJ S issue number : 54/2025
Publication date : 18/03/2025