Framework agreement electrical services - Property management/water and sewage/network

The contracting authority shall enter into framework agreements for electrical services within the following areas: Property management - ordinary assignments within the operation, maintenance and management of the municipality ́s properties. The water and sewage area/pumping stations - ordinary new establishment, service, maintenance, troubleshooting and renovation assignments, as well as …

CPV: 50000000 Reparations- og vedligeholdelsestjenester, 51000000 Installationstjenester (undtagen programmel)
Frist:
30. juni 2025 10:00
Type af frist:
Afgivelse af et tilbuddet
Henrettelsessted:
Framework agreement electrical services - Property management/water and sewage/network
Tildelende organ:
Indre Østfold kommune
Tildelingsnummer:
25/13

1. Buyer

1.1 Buyer

Official name : Indre Østfold kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement electrical services - Property management/water and sewage/network
Description : The contracting authority shall enter into framework agreements for electrical services within the following areas: Property management - ordinary assignments within the operation, maintenance and management of the municipality ́s properties. The water and sewage area/pumping stations - ordinary new establishment, service, maintenance, troubleshooting and renovation assignments, as well as calibration of technical installations. Copper network/signal cable Installation and maintenance of a copper network/signal cable and maintenance in network cabinets.
Procedure identifier : ab0abc42-6dc9-4d3d-b4fc-65ec94243508
Internal identifier : 25/13
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
Fraud : 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).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : 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)
Terrorist offences or offences linked to terrorist activities : 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.
Child labour and including other forms of trafficking in human beings : 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).
Breaching of obligations in the fields of environmental law : 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.
Breaching of obligations in the fields of labour law : 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.
Breaching of obligations in the fields of social law : 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.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : 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?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : 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?
Early termination, damages, or other comparable sanctions : 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?
Breaching obligation relating to payment of social security contributions : 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?
Breaching obligation relating to payment of 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?
Business activities are suspended : 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.
Bankruptcy : 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.
Arrangement with creditors : 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.
Insolvency : 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.
Assets being administered by liquidator : 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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Open tender contest (1)
Description : The framework agreement shall cover the contracting authority ́s need for electrical services in connection with. operation, maintenance and management of the municipality ́s properties. The contract shall include ordinary new establishment, service, maintenance, rehabilitation assignments, emergency and guiding lights, as well as internal control. Control installations and automation are not included in the contract. The contracting authority reserves the right to go outside the framework agreement for particularly complex assignments/contracts (e.g. major renovation assignments) that comprise several disciplines. The contracting authority intends to award 2 parallel framework agreements where tenderers who are awarded a contract will each have their own geographical area for direct call-offs for up to NOK 300,000 including VAT.
Internal identifier : 1694753

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade 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.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have a good and functioning quality assurance system. It shall be a system that ensures and improves the quality of the tenderer ́s organisation and in service deliveries. The system shall include all the necessary procedures and processes necessary to achieve the planned quality. Documentation requirement: Certificates issued by independent bodies as documentation that the tenderer fulfils the stated quality assurance standards (for example ISO 9001), and the date of the last revision of the quality assurance system, or an account of the tenderer's quality assurance system with the date of the last revision.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have an established environmental management system. Documentation requirement: An account of the tenderer's environmental management system, which documents continual work with reducing the tenderer's environmental impact, or a certificate issued by an independent body that documents that the tenderer is environmentally certified, for example ISO 14001, EMAS, Miljøfyrtårn (Eco-lighthouse programme), or equivalent.

5.1.11 Procurement documents

Deadline for requesting additional information : 25/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=60152

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 62 Day
Information about public opening :
Opening date : 30/06/2025 10:05 +00:00
Place : Askim
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Follo og Nordre Østfold tingrett -
Information about review deadlines : Ten Days

5.1 Lot technical ID : LOT-0002

Title : Requirements and criteria - property management
Description : The framework agreement shall cover the contracting authority ́s need for electrical services in connection with. operation, maintenance and management of the municipality ́s properties. The contract shall include ordinary new establishment, service, maintenance, rehabilitation assignments, emergency and guiding lights, as well as internal control. Control installations and automation are not included in the contract. The contracting authority reserves the right to go outside the framework agreement for particularly complex assignments/contracts (e.g. major renovation assignments) that comprise several disciplines. The contracting authority intends to award 2 parallel framework agreements where tenderers who are awarded a contract will each have their own geographical area for direct call-offs for up to NOK 300,000 including VAT.  Zone 1 Vest: Properties in former Askim, Spydeberg and Hobøl municipalities. Zone 2 East: Property mass in former Eidsberg and Trøgstad municipalities. Tenderers shall, in their tender, enter a ranking of their preferred area.
Internal identifier : 1701604

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade 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.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have a good and functioning quality assurance system. It shall be a system that ensures and improves the quality of the tenderer ́s organisation and in service deliveries. The system shall include all the necessary procedures and processes necessary to achieve the planned quality. Documentation requirement: Certificates issued by independent bodies as documentation that the tenderer fulfils the stated quality assurance standards (for example ISO 9001), and the date of the last revision of the quality assurance system, or an account of the tenderer's quality assurance system with the date of the last revision.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have an established environmental management system. Documentation requirement: An account of the tenderer's environmental management system, which documents continual work with reducing the tenderer's environmental impact, or a certificate issued by an independent body that documents that the tenderer is environmentally certified, for example ISO 14001, EMAS, Miljøfyrtårn (Eco-lighthouse programme), or equivalent.

5.1.11 Procurement documents

Deadline for requesting additional information : 25/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=60152

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 62 Day
Information about public opening :
Opening date : 30/06/2025 10:05 +00:00
Place : Askim
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Follo og Nordre Østfold tingrett -
Information about review deadlines : Ten Days

5.1 Lot technical ID : LOT-0003

Title : Requirements and criteria - Water and Sewage.
Description : The framework agreement shall cover the contracting authority ́s need for electrical services in technical installations in the water and sewage area/pumping stations. Indre Østfold municipality has the following automated installations: 107 sewage stations 4 water supply stations 55 water manholes 5 sewage treatment plants 800 pressure drains The contract shall include ordinary new establishment, service, maintenance, troubleshooting and renovation assignments, as well as calibration of technical installations. The framework agreement shall at all times cover the current need, beyond the contracting authority ́s own management, in the requested discipline. The contracting authority will enter into a contract with one tenderer.
Internal identifier : 1701605

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade 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.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have a good and functioning quality assurance system. It shall be a system that ensures and improves the quality of the tenderer ́s organisation and in service deliveries. The system shall include all the necessary procedures and processes necessary to achieve the planned quality. Documentation requirement: Certificates issued by independent bodies as documentation that the tenderer fulfils the stated quality assurance standards (for example ISO 9001), and the date of the last revision of the quality assurance system, or an account of the tenderer's quality assurance system with the date of the last revision.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have an established environmental management system. Documentation requirement: An account of the tenderer's environmental management system, which documents continual work with reducing the tenderer's environmental impact, or a certificate issued by an independent body that documents that the tenderer is environmentally certified, for example ISO 14001, EMAS, Miljøfyrtårn (Eco-lighthouse programme), or equivalent.

5.1.11 Procurement documents

Deadline for requesting additional information : 25/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=60152

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 62 Day
Information about public opening :
Opening date : 30/06/2025 10:05 +00:00
Place : Askim
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Follo og Nordre Østfold tingrett -
Information about review deadlines : Ten Days

5.1 Lot technical ID : LOT-0004

Title : Requirements and criteria - Network and cabling
Description : The framework agreement shall cover the contracting authority ́s need for electrical services within the installation and maintenance of the copper network/signal cable and maintenance in network cupboards at locations that the contracting authority ICT unit is responsible for.  The contracting authority estimates an annual need of NOK 0.5 million to NOK 1,000,000 for this need.  Call-offs will be made in the following ways:  1. Direct call-off with the tenderer on the basis of hours and materials included in the agreement. 2. Direct call-off with a tenderer based on a site inspection with a budget price/fixed price.  Tenderers shall always have the capacity to take on assignments within the framework agreement area.  The contracting authority reserves the right to go outside the framework agreement for particularly complex assignments/contracts (e.g. major renovation assignments) that comprise several disciplines.
Internal identifier : 1701606

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade 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.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have a good and functioning quality assurance system. It shall be a system that ensures and improves the quality of the tenderer ́s organisation and in service deliveries. The system shall include all the necessary procedures and processes necessary to achieve the planned quality. Documentation requirement: Certificates issued by independent bodies as documentation that the tenderer fulfils the stated quality assurance standards (for example ISO 9001), and the date of the last revision of the quality assurance system, or an account of the tenderer's quality assurance system with the date of the last revision.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have an established environmental management system. Documentation requirement: An account of the tenderer's environmental management system, which documents continual work with reducing the tenderer's environmental impact, or a certificate issued by an independent body that documents that the tenderer is environmentally certified, for example ISO 14001, EMAS, Miljøfyrtårn (Eco-lighthouse programme), or equivalent.

5.1.11 Procurement documents

Deadline for requesting additional information : 25/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=60152

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 62 Day
Information about public opening :
Opening date : 30/06/2025 10:05 +00:00
Place : Askim
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Follo og Nordre Østfold tingrett -
Information about review deadlines : Ten Days

8. Organisations

8.1 ORG-0001

Official name : Indre Østfold kommune
Registration number : 920123899
Department : Seksjon Anskaffelser
Postal address : Rådhusgata 22
Town : Askim
Postcode : 1830
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Kristian Holm Espenes
Telephone : +47 69681000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Follo og Nordre Østfold tingrett
Registration number : 926 725 920
Postal address : Postboks 64
Town : Ski
Postcode : 1401
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Telephone : 64 00 30 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 5c03758e-8943-4c12-8683-5e59cccc2227 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/05/2025 12:13 +00:00
Notice dispatch date (eSender) : 30/05/2025 12:26 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00352167-2025
OJ S issue number : 104/2025
Publication date : 02/06/2025