Printing, copying and graphical services

Tradebroker will, on behalf of its member companies, enter into a framework agreement with two tenderers for the provision of copying, printing and graphic services. The agreement shall cover a broad spectrum of services, including copying, printing and printing graphic products, design, document scanning, digital archive solutions, lamination, sending of …

CPV: 79800000 Printing and related services, 79521000 Photocopying services
Place of execution:
Printing, copying and graphical services
Awarding body:
Stiftelsen Tradebroker
Award number:
1247

1. Buyer

1.1 Buyer

Official name : Stiftelsen Tradebroker
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Å Energi AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Vygruppen AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

1.1 Buyer

Official name : Statnett SF
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Sporveien AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : Lyse AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Helgeland Kraft AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Entur AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : Bane NOR SF
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

1.1 Buyer

Official name : Avinor AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Airport-related activities

2. Procedure

2.1 Procedure

Title : Printing, copying and graphical services
Description : Tradebroker will, on behalf of its member companies, enter into a framework agreement with two tenderers for the provision of copying, printing and graphic services. The agreement shall cover a broad spectrum of services, including copying, printing and printing graphic products, design, document scanning, digital archive solutions, lamination, sending of completed products as well as draft copying for building and construction purposes. The services shall also include large format production, decoration and other relevant products and services. The examples are not exhaustive and the needs must be expected to vary between member companies. Tenderers must be able to offer high professional competence and be able to deliver efficient and flexible systems suitable to the member companies ́needs. Our members are located nationwide, and there are, therefore, requirements for good delivery capacity and ability to meet response time and distribution requirements regardless of geographical location. It is a prerequisite that member companies can order from the tenderer ́s total assortment of supplies and services. Orders shall be able to be carried out via the supplier ́s electronic systems, as well as through other available channels such as telephone numbers and e-mails. Tenderers shall offer an e-commerce system and electronic invoice in EHF format. See the attached invitation letter for further information.
Procedure identifier : 41f1db7f-cd8b-495f-a2dc-755d8153deab
Internal identifier : 1247
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79800000 Printing and related services
Additional classification ( cpv ): 79521000 Photocopying services

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 150 000 000 Norwegian krone
Maximum value of the framework agreement : 300 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Participation 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 combating 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 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).
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 : Is the tenderer 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?
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.
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?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
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.
Offence concerning its professional conduct in the domain of defence procurement : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the country : Is the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
Breaching of obligations set under 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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Printing, copying and graphical services
Description : Tradebroker will, on behalf of its member companies, enter into a framework agreement with two tenderers for the provision of copying, printing and graphic services. The agreement shall cover a broad spectrum of services, including copying, printing and printing graphic products, design, document scanning, digital archive solutions, lamination, sending of completed products as well as draft copying for building and construction purposes. The services shall also include large format production, decoration and other relevant products and services. The examples are not exhaustive and the needs must be expected to vary between member companies. Tenderers must be able to offer high professional competence and be able to deliver efficient and flexible systems suitable to the member companies ́needs. Our members are located nationwide, and there are, therefore, requirements for good delivery capacity and ability to meet response time and distribution requirements regardless of geographical location. It is a prerequisite that member companies can order from the tenderer ́s total assortment of supplies and services. Orders shall be able to be carried out via the supplier ́s electronic systems, as well as through other available channels such as telephone numbers and e-mails. Tenderers shall offer an e-commerce system and electronic invoice in EHF format. See the attached invitation letter for further information.
Internal identifier : 1766

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79800000 Printing and related services
Additional classification ( cpv ): 79521000 Photocopying services

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 2 + 2 years. Can be extended 2 times for 2 years, which gives a maximum length of 6 years.

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 : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order. Documentation requirements: Tenderers shall submit a valid tax and VAT certificate, not older than 6 months.
Criterion : Enrolment in a trade register
Description : The tenderer shall be a legally established company. Documentation requirements: Tenderers shall submit a valid Company Registration Certificate, not older than 6 months.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have a quality assurance system for deliveries (ISO 9001:2015 or equivalent). Documentation requirements: Tenderers shall provide a certification certificate from an independent body that confirms the tenderer ́s quality assurance system, or other documentation that shows that the tenderer has quality assurance measures equivalent to ISO 9001:2015. Tenderers shall, as a minimum, give a general description of the quality assurance system.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have an environmental management system. Documentation requirements: Tenderers shall submit certification certificates from ISO 14001:2015, Miljøfyrtårn, EMAS or equivalent issued by an independent body. If the tenderer does not have the mentioned environmental management systems, documentation shall be enclosed that shows that the tenderer has equivalent environmental management measures. As a minimum, a general description of the environmental management system shall be given.
Criterion : Financial ratio
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. The intention is to give the contracting authority security that the tenderer will be financially viable throughout the period of the agreement. Tenderers shall, at a minimum, have an annual turnover of NOK 40 million. Documentation requirements: Tenderers shall submit a credit rating based on the most recent financial figures. The credit rating shall be carried out by a credit rating company with licence to conduct this service.

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price of supplies and services
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Combined systems reduce climate and environmental impact in the entire delivery of printed matter, copying and related graphic services, including material use, production, packaging, transport/distribution, waste and circularity.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Product breadth and customer follow-up, Competence and customer journey, Network systems and digital services.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/1247
Ad hoc communication channel :
Name : e-Tendering

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
Deadline for receipt of requests to participate : 31/10/2025 11:00 +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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

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
Organisation providing additional information about the procurement procedure : Stiftelsen Tradebroker
Organisation providing more information on the review procedures : Stiftelsen Tradebroker
Organisation receiving requests to participate : Artifik AS

8. Organisations

8.1 ORG-0001

Official name : Stiftelsen Tradebroker
Registration number : 960479777
Postal address : Rosenholmveien 25
Town : Nordre Follo
Postcode : 1414
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Terje Fagervik
Telephone : +47 22886070
Internet address : https://tradebroker.no/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Å Energi AS
Registration number : 981952324
Postal address : Kjøita 18
Town : Kristiansand
Postcode : 4630
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Trond Borø
Telephone : +47 90651782
Internet address : https://aenergi.no
Buyer profile : https://aenergi.no
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Vygruppen AS
Registration number : 984661177
Postal address : Schweigaards gate 23
Town : Oslo
Postcode : 0191
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Adriana Lalinde
Telephone : +47 97160003
Internet address : https://vy.no
Buyer profile : https://vy.no
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Statnett SF
Registration number : 962986633
Postal address : Nydalen allé 33
Town : Oslo
Postcode : 0484
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Bente Julsvoll
Telephone : +47 95731067
Internet address : https://statnett.no
Buyer profile : https://statnett.no
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Sporveien AS
Registration number : 915070434
Postal address : Økernveien 9
Town : Oslo
Postcode : 0653
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Lotte Brattli
Telephone : +47 91313854
Internet address : https://sporveien.no
Buyer profile : https://sporveien.no
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Lyse AS
Registration number : 980001482
Postal address : Breiflåtveien 18
Town : Stavanger
Postcode : 4017
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Gaute Andreas Tyberø
Telephone : +47 97020784
Internet address : https://lyse.no
Buyer profile : https://lyse.no
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Helgeland Kraft AS
Registration number : 917206813
Postal address : Industrivegen 7
Town : Mosjøen
Postcode : 8657
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Ola Marius Vinje
Telephone : +47 92214121
Internet address : https://helgelandkraft.no
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Entur AS
Registration number : 917422575
Postal address : Rådhusgata 5
Town : Oslo
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Kristoffer Cyrille Nolin
Telephone : +47 92260400
Internet address : https://entur.no
Buyer profile : https://entur.no
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Bane NOR SF
Registration number : 917082308
Postal address : Schweigaards gate 33
Town : Oslo
Postcode : 0191
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Sofie Strømme Legernæs
Telephone : +47 48173461
Internet address : https://banenor.no
Buyer profile : https://banenor.no
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Avinor AS
Registration number : 985198292
Postal address : Dronning Eufemias gate 6
Town : Oslo
Postcode : 0191
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Anette Hanseid
Telephone : +47 41466061
Internet address : https://avinor.no/
Buyer profile : https://avinor.no/
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Follo og Nordre Østfold tingrett
Registration number : 926725920
Postal address : Postboks 64
Town : Ski
Postcode : 1401
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Telephone : +47 64003000
Roles of this organisation :
Review organisation

8.1 ORG-0012

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate

Notice information

Notice identifier/version : 0d618524-dbec-4fdd-9d52-9c2f7a534d4b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/09/2025 12:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00637907-2025
OJ S issue number : 187/2025
Publication date : 30/09/2025