County road 17 Godøystraumen - Saltstraumen GSV

Nordland county invites tenderers to a competition for county road 17 Godøystraumen - Saltstraumen GSV. Approx. 5 km of foot and cycle paths shall be constructed on the south side of county road 17 on the stretch between Saltstraumen and Godøystraumen in Bodø municipality. Bus stops, exits, OVA and lighting …

CPV: 45000000 Construction work, 34993000 Road lights, 45221100 Construction work for bridges, 45233100 Construction work for highways, roads, 45233140 Roadworks, 45233162 Cycle path construction work, 45262300 Concrete work
Deadline:
June 20, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
County road 17 Godøystraumen - Saltstraumen GSV
Awarding body:
Nordland fylkeskommune
Award number:
2025/10770

1. Buyer

1.1 Buyer

Official name : Nordland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : County road 17 Godøystraumen - Saltstraumen GSV
Description : Nordland county invites tenderers to a competition for county road 17 Godøystraumen - Saltstraumen GSV. Approx. 5 km of foot and cycle paths shall be constructed on the south side of county road 17 on the stretch between Saltstraumen and Godøystraumen in Bodø municipality. Bus stops, exits, OVA and lighting shall be established on the stretch. In addition a stone wall shall be established and a steel bridge shall be assembled at saltstraumen marine protected sea area. See the documents in the tender documentation for further information.
Procedure identifier : 71a71c79-df12-47be-b6c1-68fdc6786b33
Internal identifier : 2025/10770
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : County road 17 Godøystraumen - Saltstraumen GSV Tender inspection 14.05.2025, 12.00. Further information on the tender inspection will be received after registering via Mercell.Deadline for registration is 08.05.25, 12.00.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 34993000 Road lights
Additional classification ( cpv ): 45221100 Construction work for bridges
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45233140 Roadworks
Additional classification ( cpv ): 45233162 Cycle path construction work
Additional classification ( cpv ): 45262300 Concrete work

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 90 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : 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. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : County road 17 Godøystraumen - Saltstraumen GSV
Description : Nordland county invites tenderers to a competition for county road 17 Godøystraumen - Saltstraumen GSV. Approx. 5 km of foot and cycle paths shall be constructed on the south side of county road 17 on the stretch between Saltstraumen and Godøystraumen in Bodø municipality. Bus stops, exits, OVA and lighting shall be established on the stretch. In addition a stone wall shall be established and a steel bridge shall be assembled at saltstraumen marine protected sea area. See the documents in the tender documentation for further information.
Internal identifier : 2025/10770

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 34993000 Road lights
Additional classification ( cpv ): 45221100 Construction work for bridges
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45233140 Roadworks
Additional classification ( cpv ): 45233162 Cycle path construction work
Additional classification ( cpv ): 45262300 Concrete work

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 10/08/2025
Duration end date : 25/06/2027

5.1.5 Value

Estimated value excluding VAT : 90 000 000 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) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Tax certificates
Description : Norwegian tenderers must be up-to-date with respect to the payment of tax, employer contribution and value added tax (VAT). Documented by a tax certificate. The tax certificate must not be more than six months old. Tenderers must not have tax or duty arrears. Documentation: Tax certificate. If a tenderer has arrears, the repayment agreement shall be enclosed with the tax and duty authorities. Documentation of any repayment agreement from the tax authorities shall be enclosed. The contracting authority asks all tenderers to be aware that if a tenderer is chosen at the end of the competition, the contracting authority will request that equivalent tax and VAT certificates are presented to the tenderer, for any sub-contractors who will carry out works under the contract for more than NOK 500,000 excluding VAT. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Community with suppliers
Description : If several participants participate in the competition jointly, the tenderers in the community must ensure the necessary documentation that the qualification requirements are met. It is the community as such that will be considered. An account shall be enclosed with the tender for the companies that are behind the community and a declaration of joint and several liability to the contracting authority. The following documentation shall, therefore, also: - The participating tenderers shall submit their own versions of the European Self-Declaration Form (ESPD) as a part of the tender. - Account of the community, including the role of each participant. - Declaration of joint and several liability to the contracting authority. - The community of suppliers can rely on the capacity of participants in the group and, if necessary, rely on other entities, and if so, all the qualification requirements apply. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Support from other entities and participation in communities
Description : The tenderer can, if necessary, rely on other companies' capacity to fulfil the requirements for economic and financial capacity and/or the requirements for technical and professional qualifications. The following documentation shall be provided with the support of economic and financial capacity: 1. Registered company 2. Tax certificate 3. Documentation that shows that the tenderer can use the necessary resources for the entities that they will use by presenting a commitment statement from these entities. 4. Answered the European Self-Declaration Form (ESPD) as a part of the tender. If a tenderer will use the capacity of other companies to fulfil the requirements of relevant experience, these entities shall enclose the following documentation with the tender: 1. Completed annex that shows that the supporting company has the technical and professional competence that the tenderer shall rely on. 2. Commitment Statement that shows that the tenderer has control of the necessary resources that the supporting company contributes with. 4. Tenderers shall also give an account in the tender letter which assignments supporting companies shall carry out under the contract. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Financial implementation ability
Description : Tenderers must have sufficient finances at the tender deadline to be able to carry out the assignment. If a tenderer has rating A or better from D&B, this can form the basis for qualification. The contracting authority will obtain rating reports. If a tenderer does not fulfil the rating requirement, the financial ability to fulfil the contract must be documented. Relevant documentation can be accounts, auditor's report, annual reports, financing plans or operating guarantees from a bank or parent company. Based on the received documentation, the contracting authority will decide if the tenderer is qualified to participate in the competition. Tenderers must not be subject to debt negotiations or bankruptcy. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : 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?
Use of this criterion : Not used
Criterion :
Type : Other
Name : 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?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Quality assurance
Description : Tenderers shall have a good and well-functioning quality management system, based on ISO 9001:2015 or equivalent, with relevance to equivalent transport projects. The system shall be subject to regular audits. ATTENTION proportionality before the qualification requirement is used! Documentation requirement: 1. Self-declaration form that shows that the tenderer fulfils the requirements in ISO 9001:2015 or equivalent certification based on relevant European standard series, which is certified by accredited bodies or equivalent certificates issued by bodies in other EEA states. 2. Documentation of the audit in recent years with confirmation from the person/persons who have made the audit. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Outer environment
Description : Tenderers shall have a good and well-functioning environmental management system, based on ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for Environmental Managment), Eco-Lighthouse, or equivalent, with relevance to equivalent transport projects. The system shall be subject to regular audits. Documentation requirement: 1. Copy of certificate from certification. A self-declaration form as documentation that the tenderer fulfils the requirements in the EU scheme for environmental management and environmental audit (EMAS) or other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45 or other environmental management standards based on relevant European or international standards from accredited bodies. 2. Documentation of the audit in recent years with confirmation from the person/persons who have made the audit. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Health, environment and safety.
Description : Tenderers shall have an HSE system that fulfils the requirements in the Regulations on systematic health, environment and safety work in entities (the Internal Control Regulations). The system shall be subject to regular audits. Documentation requirement: Table of contents of the tenderer ́s system for safeguarding HSE. Documentation of auditing in recent years, with confirmation from the person/persons who have made the audit. As a minimum, the audit shall be carried out at least once during the last 3 years. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 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. Minimum qualification requirements Documentation requirement: • Foreign companies: Proof that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Only for building and construction works:
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For public building and construction work, technical personnel or units that shall carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : 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.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Relevant experience
Description : Tenderers shall have sufficient qualifications of a relevant nature and degree of difficulty from the following work: The main disciplines included in the assignment: 1. Road construction 2. Bridge construction 3. Site gardening work Documentation requirement: Documentation of previous contracts that the tenderer has carried out in the last ten years calculated from the tender deadline for this competition. The number of reference projects shall be a minimum of 3 and a maximum of five assignments. One of the reference projects ought to have a minimum of my contract value. NOK 60 million. One of the reference projects ought to include a concrete bridge and natural stone walls. The reference assignments are to be supplemented in the Reply Form annex E. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 04/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/250742942.aspx

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 : Required
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 20/06/2025 10:00 +00:00
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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Salten og Lofoten tingrett

8. Organisations

8.1 ORG-0001

Official name : Nordland fylkeskommune
Registration number : 964982953
Postal address : Prinsensgate 100
Town : BODØ
Postcode : 8048
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Contact point : Torun Nordås Bjørkås
Telephone : +47 75650000
Fax : +47 75650801
Internet address : http://www.nfk.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Salten og Lofoten tingrett
Registration number : 826 723 122
Department : Bodø
Town : Bodø
Country : Norway
Telephone : 75 43 49 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 8e33a196-f3e5-4710-94e6-c3b26b97e89a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/04/2025 06:16 +00:00
Notice dispatch date (eSender) : 30/04/2025 06:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00284216-2025
OJ S issue number : 85/2025
Publication date : 02/05/2025