Procurement - Processing ship waste, 2025

The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. Ålesundregionens Havnevesen shall enter into a framework agreement for a waste scheme for ship waste, where the tenderer offers transport services in connection with waste management and container hire. The aim of …

CPV: 90500000 Servicios relacionados con desperdicios y residuos, 03417000 Madera de desecho, 14630000 Escoria y batiduras, desperdicios y desechos ferrosos, 19600000 Residuos de cuero, textiles, de caucho y de plástico, 19620000 Residuos textiles, 19630000 Residuos de caucho, 34144511 Vehículos de recogida de basuras, 34144512 Vehículos compactadores de basuras, 34928480 Contenedores y cubos de residuos y basura, 44613700 Contenedores de basura, 44613800 Contenedores para residuos, 79723000 Servicios de análisis de residuos, 90000000 Servicios de alcantarillado, basura, limpieza y medio ambiente, 90510000 Eliminación y tratamiento de desperdicios, 90511000 Servicios de recogida de desperdicios, 90511300 Servicios de recogida de basuras, 90512000 Servicios de transporte de desperdicios, 90513000 Servicios de tratamiento y eliminación de desperdicios y residuos no peligrosos, 90514000 Servicios de reciclado de desperdicios, 90520000 Servicios de residuos radiactivos, tóxicos, médicos y peligrosos, 90523000 Servicios de eliminación de desechos tóxicos, excepto desechos radiactivos y terrenos contaminados, 90524300 Servicios de evacuación de desechos biológicos
Plazo:
19 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Procurement - Processing ship waste, 2025
Organismo adjudicador:
Ålesund kommune
Número de premio:
25/2130

1. Buyer

1.1 Buyer

Official name : Ålesund kommune
Activity of the contracting entity : Port-related activities

2. Procedure

2.1 Procedure

Title : Procurement - Processing ship waste, 2025
Description : The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. Ålesundregionens Havnevesen shall enter into a framework agreement for a waste scheme for ship waste, where the tenderer offers transport services in connection with waste management and container hire. The aim of the procurement is to enter into a contract that will safeguard and manage the waste scheme imposed on the port authority in accordance with the "MARPOL convention 73/78 on the obstacle of pollution from ships" as well as Directive 2000/59/EF, amended by directive 2002/84/EF, on reception schemes for waste and loading residues from ships (hereafter called the Regulations). Ålesundregionens havnevesen consists of Ålesund, Sula, Giske and Haram municipalities. The waste plan applies for all municipal quays within these municipalities. In addition to waste management, the contracting authority needs to use forklifts with personnel for various purposes on the quay, including but not limited to: • Loading and unloading provisions • Loading and unloading parts on board boats • Transporting the waste from the ship and up into the container. • Handling liquid waste such as sludge, sewage water and (oily) bulk(or ballast) water) is not included in this competition.
Procedure identifier : 68d06e91-b838-458e-9f0f-c90bfb2dc605
Internal identifier : 25/2130
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Utilities Regulations (FF) FOR 2016-08-12-975, part I and part II. The contract will be awarded in accordance with the open tender contest procedure, c.f. FF § 9-1 (1).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 03417000 Scrap wood
Additional classification ( cpv ): 14630000 Slag, dross, ferrous waste and scrap
Additional classification ( cpv ): 19600000 Leather, textile, rubber and plastic waste
Additional classification ( cpv ): 19620000 Textile waste
Additional classification ( cpv ): 19630000 Rubber waste
Additional classification ( cpv ): 34144511 Refuse-collection vehicles
Additional classification ( cpv ): 34144512 Refuse-compaction vehicles
Additional classification ( cpv ): 34928480 Waste and rubbish containers and bins
Additional classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 44613800 Containers for waste material
Additional classification ( cpv ): 79723000 Waste analysis services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90511300 Litter collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Additional classification ( cpv ): 90514000 Refuse recycling services
Additional classification ( cpv ): 90520000 Radioactive-, toxic-, medical- and hazardous waste services
Additional classification ( cpv ): 90523000 Toxic waste disposal services except radioactive waste and contaminated soil
Additional classification ( cpv ): 90524300 Removal services of biological waste

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Additional information : Ålesundregionens havnevesen consists of Ålesund, Sula, Giske and Haram municipalities.

2.1.3 Value

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

2.1.4 General information

Legal basis :
Directive 2014/25/EU

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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
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 : Procurement - Processing ship waste, 2025
Description : The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. Ålesundregionens Havnevesen shall enter into a framework agreement for a waste scheme for ship waste, where the tenderer offers transport services in connection with waste management and container hire. The aim of the procurement is to enter into a contract that will safeguard and manage the waste scheme imposed on the port authority in accordance with the "MARPOL convention 73/78 on the obstacle of pollution from ships" as well as Directive 2000/59/EF, amended by directive 2002/84/EF, on reception schemes for waste and loading residues from ships (hereafter called the Regulations). Ålesundregionens havnevesen consists of Ålesund, Sula, Giske and Haram municipalities. The waste plan applies for all municipal quays within these municipalities. In addition to waste management, the contracting authority needs to use forklifts with personnel for various purposes on the quay, including but not limited to: • Loading and unloading provisions • Loading and unloading parts on board boats • Transporting the waste from the ship and up into the container. • Handling liquid waste such as sludge, sewage water and (oily) bulk(or ballast) water) is not included in this competition.
Internal identifier : 25/2130

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 03417000 Scrap wood
Additional classification ( cpv ): 14630000 Slag, dross, ferrous waste and scrap
Additional classification ( cpv ): 19600000 Leather, textile, rubber and plastic waste
Additional classification ( cpv ): 19620000 Textile waste
Additional classification ( cpv ): 19630000 Rubber waste
Additional classification ( cpv ): 34144511 Refuse-collection vehicles
Additional classification ( cpv ): 34144512 Refuse-compaction vehicles
Additional classification ( cpv ): 34928480 Waste and rubbish containers and bins
Additional classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 44613800 Containers for waste material
Additional classification ( cpv ): 79723000 Waste analysis services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90511300 Litter collection services
Additional classification ( cpv ): 90512000 Refuse transport services
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Additional classification ( cpv ): 90514000 Refuse recycling services
Additional classification ( cpv ): 90520000 Radioactive-, toxic-, medical- and hazardous waste services
Additional classification ( cpv ): 90523000 Toxic waste disposal services except radioactive waste and contaminated soil
Additional classification ( cpv ): 90524300 Removal services of biological waste
Options :
Description of the options : Tenderers shall be able to provide environment stations in the form of containers, with a sorting room for cardboard, residue waste, plastic etc. that shall be put out on the quay.

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Additional information : Ålesundregionens havnevesen consists of Ålesund, Sula, Giske and Haram municipalities.

5.1.3 Estimated duration

Start date : 26/06/2025
Duration end date : 24/06/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 45 000 000 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) : no

5.1.7 Strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Payment of tax, VAT and other public duties and credit rating.
Description : Payment of tax, VAT and other public duties Requirement: Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. Any arrears or other irregularities must be justified. Documentation requirement: Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316". Tenderers order this in Altinn on behalf of their company. When ordering it is important that Ålesund municipality is stated as a copy recipient, so that the contracting authority gets a copy of the certificate directly from Altinn. Read about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/ Kredittvurdering Krav: The tenderer must have the financial capacity to fulfil the agreement. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite ( https://riskguardian.bisnode.no) , or have the financial capacity to execute the contract based on the contracting authority ́s discretion. Documentation requirement: The contracting authority will assess the tenderer's finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than RiskGuardian Suite due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit ( https://credit.dnb.com/). Tenderers that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate to each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Experience requirements
Description : Requirement: Tenderers or employees at the tenderer are required to have experience from at least 1 similar assignment in the last 3 years. Similar assignments mean transport of different types of waste (primarily residue waste/household waste, organic and hazardous waste) for recycling, including hire of containers for this assignment. Each assignment must have a scope of at least 1,000 tons per annum.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : 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. The price form is divided into two parts: "fraction types" and "costs of transport and container hire", which together form the basis for the total price that is evaluated. The price for marking containers shall be included in the hire price for containers. The prices for the Option are not included in the evaluation and are given for information. In the evaluation, prices connected to Ålesund (outet, emptying/ending) are weighted with 60% and prices in Ålesund (truck for different purposes) weighted with 15%, prices associated with Sula/Giske (outet, emptying/end) are weighted by 10%, and prices related to Container hire are weighted by 15%. The stated total price shall include all costs for the contracting authority that are included in this competition. All prices are excluding VAT. 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.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Ordering time and response time
Description : Orientation: The tenderer ́s description of the ordering time and response time will be evaluated under this award criteria. Ordering: The minimum requirement is that the maximum response time from ordering to delivery of containers in all cases shall be 6 hours. It is appropriate for the customer that the ordering time for these services is as short as possible, and if tenderers can offer a shorter response time than the minimum requirements, this will be a positive count here. 1. Emptying fixed points: Monday-Friday (07:00-19:00) : Saturday and Sunday (and public holiday) : 2. Direct reception: Monday-Friday (07:00-19:00) : Saturday and Sunday (and holiday) : 3. Response time for both handling waste and forklift for different purposes: Tenderers shall describe how they have prepared themselves to ensure the shortest possible response time. Evaluation: This award criteria will be assessed based on the Tenderer ́s description of the award criteria. A procurement assessment will be made when evaluating the described system. Best solution will be awarded the highest score (10 scores). Other solutions will be awarded a point score relative to the best solution.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Environment
Description : The award criteria consists of two sub-criteria: • The sub-criteria "vehicle technology" is weighted 80% of this award criteria. • The sub-criterion "other environmental measures" will be weighted 20% of this award criteria. The Contracting Authority requests the most environmentally friendly vehicles for the execution of work on this agreement. Tenderers are therefore paid-out based on vehicle technology as described below. Emphasis is put on the fact that HVO 100 is not to be considered as advanced bio-fuel, and that the supplier does not get extra credit for using this versus other fossile fuels. • Vehicle technology: Tenderers are asked to fill in all the requested information on the offered vehicles in the attached vehicle form. Tenderers can offer a maximum of 10 vehicles (please note that points are calculated on average and that the number itself does not affect the points). Emphasis is put on the fact that the tenderer can only state vehicles that shall actually be used for the execution of this assignment. A copy of the vehicle registration card must be presented upon request. • Other environmental measures The tenderer shall account for what environmental measures shall be implemented in order to reduce the environmental impact of the execution of the assignment. The contracting authority encourages tenderers to mention environmental measures on the following points: • Transport beyond fuel technology • Measures to prevent the spreading of plastic. Innovation in the environment, technology, finance and customer service. The description shall have a maximum of 2 A4 pages. This includes the front page, table of contents etc., pages beyond 2 A4 pages will not be evaluated. There is no right to link to websites.
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 11/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=54930

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
Deadline for receipt of tenders : 19/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 19/05/2025 10:01 +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 : All products/services offered and provided under this agreement shall always fulfil the current versions of relevant laws, regulations and standards. If a tenderer is covered by the Openness Act, all documents documenting fulfilment of the legal requirements must be sent to the contracting authority in PDF format within a reasonable time. Tenderers shall always ensure sufficient capacity and sufficient staff with qualified personnel to carry out the work. The tenderer is obliged to provide the necessary training of the personnel who shall carry out the work. The manpower for this assignment shall have the necessary competence to carry out the assignment. Emphasis is put on the fact that the tenderer is obliged to have reserve capacity in connection with illnesses, holidays, etc. Such personnel shall be equivalently qualified for the work.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : The price and payment terms are given in annex 1.

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett
Organisation providing additional information about the procurement procedure : Ålesund kommune
Organisation receiving requests to participate : Ålesund kommune
Organisation processing tenders : Ålesund kommune

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 : Norway
Contact point : Irene Fylling
Telephone : +4770162000
Roles of this organisation :
Buyer
Central purchasing body acquiring supplies and/or services intended for other buyers
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

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

11. Notice information

11.1 Notice information

Notice identifier/version : d9cca98e-9ce2-43df-bf59-6fc4516a6148 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/04/2025 10:19 +00:00
Notice dispatch date (eSender) : 14/04/2025 10:29 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00244711-2025
OJ S issue number : 74/2025
Publication date : 15/04/2025