Procurement - Office furniture and office chairs, 2025

The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The objective of the agreement is to cover the contracting authority ́s need for office chairs and office furniture. This will mainly include furniture for offices, community areas and additional areas, such …

CPV: 39000000 Mobiliario (incluido el de oficina), complementos de mobiliario, aparatos electrodomésticos (excluida la iluminación) y productos de limpieza, 39100000 Mobiliario, 39110000 Asientos, sillas y productos conexos y piezas correspondientes, 39130000 Muebles de oficina
Plazo:
17 de octubre de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Procurement - Office furniture and office chairs, 2025
Organismo adjudicador:
Ålesund kommune
Número de premio:
25/2864

1. Buyer

1.1 Buyer

Official name : Ålesund kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement - Office furniture and office chairs, 2025
Description : The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The objective of the agreement is to cover the contracting authority ́s need for office chairs and office furniture. This will mainly include furniture for offices, community areas and additional areas, such as meeting rooms, reception areas, teacher work stations, personnel rooms and communal areas. The products shall be universally designed, i.e. products for general use shall be designed so that all persons shall be able to use them.  The following is not included in the contract: -Furniture for nurseries, before-and-after-school furniture (Teaching, school library and common areas/class level areas). -Furniture for refugee residences Comments on the contract: -If special offers, promotional offers or price changes give a more favourable price than the contract price, the lowest price at the time of booking applies. May bypass the contract by: -Each customer can, in major construction projects/contracts, where office chairs and office furniture are included, free to procure this outside this contract through a separate competition, or if this is included in the contract. -If a special product is procured and a product is procured for users/customers who have special needs, the customer can go outside this agreement. The customer shall clarify with a tenderer in advance whether they can cover the contracting authority ́s needs through this contract. -The customer can go without this contract when purchasing used furniture. -If existing furniture types are supplemented in the same room, the customer can go outside this agreement. Regardless of the contract, this can be supplemented from previous suppliers, if the tenderer through this contract cannot deliver these products. It is emphasised that this only applies to minor procurements, and that the customer/entities shall go through group procurements for clarification before it can be bypassed in such cases. - If the products in the tenderer ́s assortment are not suitable due to function, size, shape, colour in other fixtures or the size of the room, the customer can go outside the contract.
Procedure identifier : fdc32a10-ad33-470b-a926-dff133e6ae83
Internal identifier : 25/2864
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39110000 Seats, chairs and related products, and associated parts
Additional classification ( cpv ): 39130000 Office furniture

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : The contracting authority for the competition is: Ålesund municipality The participants in this procurement are the following, and there will therefore be deliveries to these municipalities and companies. The procurement cooperation in Sunnmøre (municipality, including municipal companies in each municipality): Sula municipality Volda Municipality Sykkylven municipality Vanylven municipality Haram Municipality Giske municipality Sande municipality Stranda municipality Fjord municipality Ørsta municipality Ulstein municipality Herøy municipality Ålesund municipality Company: Attvin AS, including a subsidiary Muritunet

2.1.3 Value

Estimated value excluding VAT : 36 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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?
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?
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 : 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?
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 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?
Business activities are suspended : Has the tenderer's business conduct been stopped?
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement - Office furniture and office chairs, 2025
Description : The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The objective of the agreement is to cover the contracting authority ́s need for office chairs and office furniture. This will mainly include furniture for offices, community areas and additional areas, such as meeting rooms, reception areas, teacher work stations, personnel rooms and communal areas. The products shall be universally designed, i.e. products for general use shall be designed so that all persons shall be able to use them.  The following is not included in the contract: -Furniture for nurseries, before-and-after-school furniture (Teaching, school library and common areas/class level areas). -Furniture for refugee residences Comments on the contract: -If special offers, promotional offers or price changes give a more favourable price than the contract price, the lowest price at the time of booking applies. May bypass the contract by: -Each customer can, in major construction projects/contracts, where office chairs and office furniture are included, free to procure this outside this contract through a separate competition, or if this is included in the contract. -If a special product is procured and a product is procured for users/customers who have special needs, the customer can go outside this agreement. The customer shall clarify with a tenderer in advance whether they can cover the contracting authority ́s needs through this contract. -The customer can go without this contract when purchasing used furniture. -If existing furniture types are supplemented in the same room, the customer can go outside this agreement. Regardless of the contract, this can be supplemented from previous suppliers, if the tenderer through this contract cannot deliver these products. It is emphasised that this only applies to minor procurements, and that the customer/entities shall go through group procurements for clarification before it can be bypassed in such cases. - If the products in the tenderer ́s assortment are not suitable due to function, size, shape, colour in other fixtures or the size of the room, the customer can go outside the contract.
Internal identifier : 25/2864

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39110000 Seats, chairs and related products, and associated parts
Additional classification ( cpv ): 39130000 Office furniture

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : The contracting authority for the competition is: Ålesund municipality The participants in this procurement are the following, and there will therefore be deliveries to these municipalities and companies. The procurement cooperation in Sunnmøre (municipality, including municipal companies in each municipality): Sula municipality Volda Municipality Sykkylven municipality Vanylven municipality Haram Municipality Giske municipality Sande municipality Stranda municipality Fjord municipality Ørsta municipality Ulstein municipality Herøy municipality Ålesund municipality Company: Attvin AS, including a subsidiary Muritunet

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 36 000 000 Norwegian krone
Maximum value of the framework agreement : 45 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional 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.
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 : Authorisation or membership of a particular organisation needed for service contracts
Description : Is it necessary to have specific authorisation from a particular organisation in order to provide the service in the tenderer ́s home country?
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Criterion : Measures for ensuring quality
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.
Criterion : Samples, descriptions, or photographs without certification of authenticity
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Criterion : Samples, descriptions, or photographs with certification of authenticity for supply contracts
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Criterion : Certificates by quality control institutes
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Criterion : Certificates by independent bodies about 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?
Criterion : Certificates by independent bodies about environmental management systems or 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?

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Weighting: The award criteria is weighted 40%.  The award criteria consists of two (2) sub-criteria: The sub-criterion "Price form tab Office chairs 2025" is weighted 60% of this award criteria. The sub-criteria "Price form tab Office Furniture 2025" is weighted 40% of this award criteria. Orientation: Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition, including the procurement commission. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. Definition of cost price:  If the supplier even produces the item, the cost price is what it costs to produce the item. Then costs such as the purchase of raw materials and costs that apply to the production itself, such as electricity, labour and so on, will be included in the cost price. If the item is purchased externally, then it is the tenderer's purchase price plus freight etc. (in to the supplier), minus any discounts/bonuses, which make up the item's cost price. Can also be referred to as intake food. Other assortment:  Mark-up of other assortment for both office chairs and office furniture will be calculated from the average weighted mark-up on the main assortment. Also refer to point 7.1.9.5 Other assortment of information.  Tenderers are bound to sell other assortments for both office chairs and office furniture with the average calculated fixture.   Evaluation: When assessing the price, a hybrid model with break point 1 will be used. The attached template for the evaluation model is attached. The best price for each sub-criteria will achieve the highest score (10) and other solutions will be awarded a point score according to the evaluation model.  Scores achieved on each of the sub-criteria will be multiplied by interrelated weighting and added together. Best tenders for this award criteria shall have the highest score (10). If none of the tenderers achieve the highest score (10) by summing up the points scores for the sub-criteria, the contracting authority will add an equal percentage mark-up for all tenderers so that the best tenderer shall achieve a point score of 10. The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Weighting:  The award criteria is weighted 30%. Orientation: Assortment of office furniture: Tenderers shall enclose one product sheet per product offered in the main assortment. There shall be a maximum of one (1) A4 sheet of paper per product, in which a picture of the product is given and a short description, including a function description. The contracting authority will use submitted product sheets for the evaluation of office furniture. Assortment of office chairs: Tenderers shall enclose one product sheet per product offered in the main assortment. There shall be a maximum of one (1) A4 sheet of paper per product, in which a picture of the product is given and a short description, including a function description. The following is emphasised in the evaluation of product samples: Experienced user friendliness and comfort  Design and overall impression Functionality beyond the stated requirements When assessing product samples, see point 7.1.10.3 Product samples, office chairs. The contracting authority will, in addition to assessing product samples, use the submitted product sheet in the evaluation of office chairs. Assortment of office furniture and office chairs: The following descriptions are emphasised in the product sheet assessment: Experienced user friendliness and comfort  Design and overall impression Functionality beyond the stated requirements Colour selection of fabrics above the standard above mentioned requirements, and included in the net price per chair, applies to both the main assortment of office chairs and office furniture, (must be described on product sheets). Evaluation: This award criteria is assessed on the contracting authority ́s assessment of product samples, as well as the submitted product description of the products. A procurement assessment will be made during the evaluation. A combined point score will be given between 1 and 10 per product. The combined score per product will be multiplied by an estimate per product. The points per product will then be summed together to a total sum for all the products combined. Tenderers who achieve the highest number of points will be awarded the highest score of ten for the sub-criteria. Other tenderers will be given a relative calculated score.  The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Environment
Description : Weighting:  The award criteria is weighted 30%. The award criteria consists of two (2) sub-criteria:  The sub-criterion "Environmentally labelled products" is weighted 60% of this award criteria.  The sub-criterion "Environmentally friendly vehicles" is weighted 40% of this award criteria. Orientation: Sub-criteria: "Environmentally labelled products": The offered products that are environmentally certified with environmental labels type I in accordance with ISO standard 14024 (e.g. the Swan Ecolabel, Blue Angel, NF Environnement and EU Ecolabel) will give tenderers 1 point per product. Equivalent labelling schemes will also be paid. FSC/PEFC labelled furniture will give 20% value compared to the Swan Ecolabel. (0.2 points). EU Ecolabel, Greenguard or Økotex for components gives 5% pay-off. The type of environmental marking and valid licence numbers shall be completed in the price form. If the marking does not have a license number, a valid certificate must be enclosed for points. Note: If a product is certified and achieves a full score of 10, the product will not get points for the lower criteria, as this is already fulfilled in the Type I labelling scheme. Self-declarations Type II in accordance with ISO standard 14021 will not be awarded with points The sub-criterion "Environmentally friendly vehicles":  Tenderers are paid to use euro class 6/VI biogas vehicles and/or zero emission vehicles in the contract period. In addition, some credit is given for hybrid technology on fossil cars. See the Excel annex "List of vehicles" for detailed information and how the award criteria are evaluated. NB! Only vehicles that shall actually be used for the agreement shall be given, and all vehicles that shall be used in the contract shall be stated. Tenderers are requested to enclose a completed List of vehicles. NOTE! If the form is missing/insufficient/wrong completion, deductions can be given for points or zero points. Evaluation: Sub-criteria environmentally labelled product: Points for environmentally certified products are multiplied by the estimated volume per product line. Tenderers who achieve the highest environmental points will be awarded the highest score of ten for the sub-criteria. Other tenderers will be given a relative calculated score.  Sub-criteria environmentally friendly vehicles: This award criteria will be assessed and evaluated based on the tenderer ́s completed annex "List of Vehicles".  Scores achieved on each of the sub-criteria will be multiplied by interrelated weighting and added together. Best tenders for this award criteria shall have the highest score (10). If none of the tenderers achieve the highest score (10) by summing up the points scores for the sub-criteria, the contracting authority will add an equal percentage mark-up for all tenderers so that the best tenderer shall achieve a point score of 10. The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Deadline for requesting additional information : 08/10/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=68325

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
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 17/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 17/10/2025 10:05 +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 :
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 : Møre og Romsdal tingrett
Information about review deadlines : In accordance with the regulations.

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Bente-Kristin Rødland
Telephone : +4770162000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 43654fdc-df93-4295-8c0e-df0673a5e24b-01
Main reason for change : Information updated
Description : Amended tender deadline, tender opening date and deadline for asking questions.

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000

Notice information

Notice identifier/version : 3fc43a31-a88a-4b0e-a52c-dbe378714144 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/10/2025 12:26 +00:00
Notice dispatch date (eSender) : 02/10/2025 12:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00648682-2025
OJ S issue number : 190/2025
Publication date : 03/10/2025