Transport and treatment of waste from the reloading station.

Sub-assignment 1: Transport and treatment of food waste. Sub-assignment 2: Transport and treatment of residue waste. Sub-assignment 3: Transport and treatment of cardboard and paper, transport of glass/metal packaging and transport and balling of plastic packaging. Tenderers can submit tenders for one or more sub-assignments. The assignment includes transport and …

CPV: 90510000 Eliminación y tratamiento de desperdicios, 90512000 Servicios de transporte de desperdicios, 90513000 Servicios de tratamiento y eliminación de desperdicios y residuos no peligrosos, 90514000 Servicios de reciclado de desperdicios
Plazo:
14 de agosto de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Transport and treatment of waste from the reloading station.
Organismo adjudicador:
Asker kommune
Número de premio:
25/64

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Transport and treatment of waste from the reloading station.
Description : Sub-assignment 1: Transport and treatment of food waste. Sub-assignment 2: Transport and treatment of residue waste. Sub-assignment 3: Transport and treatment of cardboard and paper, transport of glass/metal packaging and transport and balling of plastic packaging. Tenderers can submit tenders for one or more sub-assignments.
Procedure identifier : 756a5516-32b2-474f-b255-3887bbeeef97
Internal identifier : 25/64
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
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

2.1.2 Place of performance

Postal address : Yggesetveien 14
Town : Heggedal
Postcode : 1389
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 150 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

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

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : General part (1)
Description : The assignment includes transport and treatment of waste collected at the contracting authority ́s reloading station at Yggeset Recycling Station. Tenders can be submitted for one or several sub-assignments. Sub-tenders cannot be given within a single sub-assignment or submit alternative tender offers. Sub-assignment 1: Transport and treatment of food waste. (NOK 6,000,000 excluding VAT per annum.) Sub-assignment 2: Transport and treatment of residue waste. (NOK 10,000,000 excluding VAT per annum.) Sub-assignment 3: Transport and treatment of cardboard and paper, transport of glass/metal packaging and transport and balling of plastic packaging. (NOK 5,000,000 excluding VAT per annum.)
Internal identifier : 1725980

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
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

5.1.2 Place of performance

Postal address : Yggesetveien 14
Town : Heggedal
Postcode : 1389
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/10/2025
Duration end date : 01/10/2029

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 150 000 000 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

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions. Documentation requirement: For Norwegian tenderers: After the tender submission, tenderers must give consent for Tendsign to collect and that the contracting authority receives information about this via Tendsign. After submitting their tender offer in TendSign, the tenderer will receive a request from Altinn for consent to share tax information. The consent is valid at the organisation level and it is valid for 3 (three) months. If a tenderer does not agree to this, the tenderer must submit a tax and VAT certificate. The certificate shall not be older than 6 (six) months from the tender deadline. Any arrears or other irregularities must be justified. (Tenderers can obtain the electronic tax and VAT certificate themselves and immediately receive it by email.) Foreign tenderers: Tenderers who are not established in Norway shall submit equivalent documentation issued by the authorities in the country where the tenderer is established. The certificate shall preferably be translated into Norwegian, but Swedish, Danish and English are also accepted.
Criterion : Other economic or financial requirements
Description : Requirements regarding the tenderer ́s economic and financial position: The financial capacity to fulfil this contract is required (ESPD: Part IV B.58-3). Documentation requirement: The contracting authority will assess finances through the company and accounting information system Dun & Bradstreet/Risk Guardian Suite. The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. Any need for support from other companies to fulfil this qualification requirement If the tenderer is dependent on other companies to fulfil this qualification requirement, please provide this below. The contracting authority will, in such cases, also assess the finances of the support business in the same way. The contracting authority reserves the right, in such cases, to obtain supplementary information, bank guarantees etc.
Criterion : Relevant educational and professional qualifications
Description : Requirement: The tenderer shall have experience from equivalent assignments. Equivalent assignments means: Experience is required from the delivery of transport and final treatment of waste with public contracting authorities, a minimum of 1,000 tonnes per annum. Documentation requirement: This can be documented by a description of the tenderer's three most relevant assignments in the last three years. The description must include a statement of the assignment ́s value, date and recipient. It is the tenderer ́s responsibility to document relevance through the description.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 10/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=63967

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 14/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 78 Day
Information about public opening :
Opening date : 14/08/2025 11:00 +00:00
Place : Asker
Additional information : The opening of tenders is not open to the public.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Ringerike, Asker og Bærum tingrett
Information about review deadlines : See the tender documentation.
Organisation receiving requests to participate : Asker kommune
Organisation processing tenders : Asker kommune

5.1 Lot technical ID : LOT-0002

Title : Proportional model
Description : The assignment includes transport and treatment of waste collected at the contracting authority ́s reloading station at Yggeset Recycling Station. Tenders can be submitted for one or several sub-assignments. Sub-tenders cannot be given within a single sub-assignment or submit alternative tender offers. Sub-assignment 1: Transport and treatment of food waste. (NOK 6,000,000 excluding VAT per annum.) Sub-assignment 2: Transport and treatment of residue waste. (NOK 10,000,000 excluding VAT per annum.) Sub-assignment 3: Transport and treatment of cardboard and paper, transport of glass/metal packaging and transport and balling of plastic packaging. (NOK 5,000,000 excluding VAT per annum.)
Internal identifier : 1725981

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90510000 Refuse disposal and treatment
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

5.1.2 Place of performance

Postal address : Yggesetveien 14
Town : Heggedal
Postcode : 1389
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/10/2025
Duration end date : 01/10/2029

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 150 000 000 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

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions. For Norwegian tenderers: After the tender submission, tenderers must give consent for Tendsign to collect and that the contracting authority receives information about this via Tendsign. After submitting their tender offer in TendSign, the tenderer will receive a request from Altinn for consent to share tax information. The consent is valid at the organisation level and it is valid for 3 (three) months. If a tenderer does not agree to this, the tenderer must submit a tax and VAT certificate. The certificate shall not be older than 6 (six) months from the tender deadline. Any arrears or other irregularities must be justified. (Tenderers can obtain the electronic tax and VAT certificate themselves and immediately receive it by email.) Foreign tenderers: Tenderers who are not established in Norway shall submit equivalent documentation issued by the authorities in the country where the tenderer is established. The certificate shall preferably be translated into Norwegian, but Swedish, Danish and English are also accepted.
Criterion : Other economic or financial requirements
Description : Requirements regarding the tenderer ́s economic and financial position: The financial capacity to fulfil this contract is required (ESPD: Part IV B.58-3). Documentation requirement: The contracting authority will assess finances through the company and accounting information system Dun & Bradstreet/Risk Guardian Suite. The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. Any need for support from other companies to fulfil this qualification requirement If the tenderer is dependent on other companies to fulfil this qualification requirement, please provide this below. The contracting authority will, in such cases, also assess the finances of the support business in the same way. The contracting authority reserves the right, in such cases, to obtain supplementary information, bank guarantees etc.
Criterion : Relevant educational and professional qualifications
Description : Requirement: The tenderer shall have experience from equivalent assignments. Equivalent assignments means: Experience is required from the delivery of transport and final treatment of waste with public contracting authorities, a minimum of 1,000 tonnes per annum. Documentation requirement: This can be documented by a description of the tenderer's three most relevant assignments in the last three years. The description must include a statement of the assignment ́s value, date and recipient. It is the tenderer ́s responsibility to document relevance through the description.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price and Costs
Description : Tenderers shall fill in the price form and enclose this.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 55
Criterion :
Type : Quality
Name : Solution proposal
Description : a. The contracting authority depends on the waste generated and which is delivered a reloader being collected continuously and that the containers are returned quickly. Return of containers in less time than the stated deadline of 6 hours, or other measures that count positively for the logistics will count positively in the evaluation. Describe how the tenderer will ensure compliance with response times and deadlines for receipt of tenders. b. Describe the tenderer's proposal for the implementation of the contract and how the assignment is intended to be carried out, including; How an order is received and implemented, especially as regards quality routines and handling deviations. How the tenderer will ensure sufficient capacity and flexibility in collection frequency and logistics connected to variations in waste quantities. Which stand-by systems are planned. It is important that the tenderer has a good stand-by system for all links in the chain, transport and treatment. Especially for treatment facilities in sub-contract 1 - food waste and sub-contract 2 - residue waste, it is important that the tenderer has access to backup installations equivalent to the main facility. c. How the tenderer will ensure good communication and cooperation with the contracting authority. The contracting authority would like regular contact persons at the tenderer with responsibility for follow-up of all deliveries. Do NOT enclose any annexes (CVs, course certificates, certificates etc.), but describe the following points: -Name - Education and relevant courses. - Relevant work experience/background. - Describe experience as a permanent gender neutral preferred for named customers.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Environment
Description : a. Sub-assignment 1: Transport and treatment of food waste. It is requested to state how much of the food waste is expected to be recycled. The higher degree of material recovery will give a better value. Describe which products are produced and how these are utilised after treatment. If such a system is being established, it is requested that the binding start-up date for this is stated, provided that it is during the contract period. Describe the plan for implementing fossil free vehicles in the contract period, with a detailed description of what you currently have and the annual upgrade of your fleet. b. Sub-assignment 2: Transport and treatment of residue waste We would like tenderers to sort out as much of the residue waste as possible, which can be used for raw materials for recycling materials. A high degree of material recovery will be paid off. If such a system is being established, a binding start-up date is requested, provided that it is during the contract period. Tenderers shall describe their share of expected material recovery, how material recovery is done (Recycling bottom ash, sorting metal etc.) and documented degree of energy recovery (in accordance with the Norwegian Environment Agency ́s definition). For waste that is used for energy recovery, it is requested that the energy utilisation degree in accordance with the Norwegian method is stated. The energy utilisation degree is defined as utilised energy divided by produced energy expressed as a percentage. The calculation is described in the Sintef report "Energy delivery from waste incineration installations - definition of the degree of energy utilisation" (PDF file from 2008) chapter 1.6.2: Link: https://www.miljodirektoratet.no/ansvarsomrader/forurensning/industri/for-naringsliv/forbrenning-av-avfall/energiutnyttelse/ Describe the plan for implementing fossil free vehicles in the contract period, with a detailed description of what you currently have and the annual upgrade of your fleet. c. Sub-assignment 3: Transport and treatment of cardboard and paper. Transport and balling of plastic packaging. Transport of glass/metal packaging. Describe the method for recycling fraction cardboard and paper beyond the needs. The description of the method for achieving a higher degree of reuse and material recovery beyond the set needs will be evaluated in accordance with the hierarchy in the waste pyramid, where the reuse is seen as the most positive, then material recovery, energy recovery and landfill/destruction. Describe the plan for implementing fossil free vehicles in the contract period, with a detailed description of what you currently have and the annual upgrade of your fleet.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 10/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=63967

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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 14/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 78 Day
Information about public opening :
Opening date : 14/08/2025 11:00 +00:00
Place : Asker
Additional information : The opening of tenders is not open to the public.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Ringerike, Asker og Bærum tingrett
Information about review deadlines : See the tender documentation
Organisation receiving requests to participate : Asker kommune
Organisation processing tenders : Asker kommune

8. Organisations

8.1 ORG-0001

Official name : Asker kommune
Registration number : 920125298
Department : Asker kommune
Postal address : Postboks 353
Town : Asker
Postcode : 1372
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Even Svae
Telephone : 66 90 90 00
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Ringerike, Asker og Bærum tingrett
Registration number : 926 725 963
Postal address : Postboks 578
Town : Sandvika
Postcode : 1302
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 67 57 65 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 80c0107a-183e-4d46-8759-a50c502312fa - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/06/2025 11:38 +00:00
Notice dispatch date (eSender) : 30/06/2025 11:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00425361-2025
OJ S issue number : 123/2025
Publication date : 01/07/2025