Construction materials and timber - Ringebu, Sør-Fron and Nord-Fron municipalities.

The contracting authority hereby invites tenderers to a competition for a framework agreement for the procurement of wood and construction materials for Nord-Fron municipalities, Sør-Fron and Ringebu.The competition is divided into 3 sub-contracts: Sub-contract 1: Nord-Fron kommuneDelkontrakt 2: Sør-Fron kommuneDelkontrakt 3: Ringebu municipality Framework agreement includes the procurement of wood …

CPV: 44111000 Majaehitusmaterjalid, 44100000 Ehitusmaterjalid ja seonduvad tooted, 44110000 Ehitusmaterjalid, 44111500 Isolaatorid ja isolatsioonivahendid, 44112500 Katusekattematerjalid
Tähtaeg:
mai 19, 2025, 10 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
Construction materials and timber - Ringebu, Sør-Fron and Nord-Fron municipalities.
Auhindade andmise asutus:
Ringebu Kommune
Auhinna number:
000

1. Buyer

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : Nord-Fron 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 : Construction materials and timber - Ringebu, Sør-Fron and Nord-Fron municipalities.
Description : The contracting authority hereby invites tenderers to a competition for a framework agreement for the procurement of wood and construction materials for Nord-Fron municipalities, Sør-Fron and Ringebu.The competition is divided into 3 sub-contracts: Sub-contract 1: Nord-Fron kommuneDelkontrakt 2: Sør-Fron kommuneDelkontrakt 3: Ringebu municipality Framework agreement includes the procurement of wood and construction materials, including, but not limited to: construction works, cladding, plates, lists, bushings, roof tiles, gutters, fittings, doors, windows, insulation, masonry, concrete, leca, glue, screws, nails, plugs, bolts and other fixing agents, valves and simple changing rooms. Entities belonging to the Section for Technical Operations will be the largest users of the contract, but also other units such as facilitated services, schools/before-and-after-school care will use the contract. All of the Contracting Authority's entities must be able to enter into the agreement. Delivery shall be possible to all of the contracting authority ́s entities and addresses.
Procedure identifier : 8f5f30a1-0d3d-4dcc-a00d-22d648e51441
Internal identifier : 000
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44111000 Building materials
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44110000 Construction materials
Additional classification ( cpv ): 44111500 Insulators and insulating fittings
Additional classification ( cpv ): 44112500 Roofing materials

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 9 600 000 Norwegian krone
Maximum value of the framework agreement : 11 400 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement Regulations
Anskaffelsesforskriften - Procurement Regulations

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
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 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?

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Nord-Fron Municipality
Description : The contracting authority shall enter into a framework agreement for 2 years, with an option for an extension for 1+1 year for the purchase of wood and building materials. The framework agreement is for the procurement of wood and construction materials such as construction works, cladding, plates, lists, linings, valuation, gutters, fittings, doors, windows, insulation, masonry, concrete, leca, glue, screws, nails, plugs, bolts and other fasteners for buildings and timber, valves, simple cloakrooms. etc. (the list is not exhaustive). Businesses belonging to the Section for Technical Operations will be the largest users of the contract, but for example schools/before-and-after-school care will also use the agreement. All the contracting authority ́s entities shall be able to use the contract. Delivery shall be possible to all of the contracting authority ́s entities and addresses. Tenderers shall have shop sales in Nord-Fron municipality. The contracting authority shall be able to collect stocked goods on the same day that an order is placed. The sales outlet shall be facilitated 'pro customers'/company customers. The products in the annex "price form" are expected to cover a large part of the contracting authority ́s needs in the contract period. Several are volume products and others are included to show the breadth of the need. The contracting authority shall, in accordance with requests, be able to purchase from the tenderer ́s total assortment within the contract assortment. The contracting authority has a separate framework agreement for paint, paint products and floor coverings. These products are therefore not included in the framework agreement for wood and building materials. The contracting authority has a framework agreement for joinery works. The framework agreement for joinery works also includes the procurement of materials. The contracting authority reserves the right to procure materials on its framework agreements for trade services when these are used.
Internal identifier : 2640

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44111000 Building materials
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44110000 Construction materials
Additional classification ( cpv ): 44111500 Insulators and insulating fittings
Additional classification ( cpv ): 44112500 Roofing materials

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 3 360 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
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 : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements The contracting authority requires a minimum credit rating of A on Bisnode ́s rating scale. The contracting authority will obtain a credit rating. If the company does not have an A-level (e.g. newly started company), satisfactory finances must be documented in another way.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Complete annex 2 Price Form. The total price will form the basis for the evaluation of this award criteria. The total sum from the price form is to be completed in the products tab in Mercell.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environmentally labelled products
Description : The contracting authority will emphasise whether products are marked with the Swan Ecolabel or an equivalent environmental label type 1. Equivalent marking schemes are EU Ecolabel and Blue Engel. These marking schemes will give a full score (10 points) in the evaluation, just like the Swan Ecolabel. Other labelling schemes will give a lower score, if the environmental labels are assessed as less relevant or comprehensive. For example, FSC, PEFC, ASI, M1, Emicode (EC1 and EC1 plus) will give a 25% score (2.5 points) compared to the Swan Ecolabel. Tenderers who offer other brands will have the legal responsibility to document that their environmental label can be seen as equal/equivalent with the marks specified above. When calculation of points on this criteria, the score for each product will be multiplied by the estimated volume (number/unit) of the individual products. Documentation: Tenderers shall mark the column 'environmental label' in Annex 2 Price Form, if the offered product is environmentally labelled. If the product has a license number, it is sufficient that the name of the marking scheme together with the valid license number is given in the column. If the product does not have a license number, the certificate/licence certificate must be enclosed. Certificates or other documents must be valid and not expired. The contracting authority draws attention to the fact that documentation that is attached to the tender offer is only taken into account at the expiry of the tender deadline. If a tenderer does not have the possibility to participate in the labelling scheme or an equivalent labelling scheme by the deadline, and this is not due to the tenderer itself, the contracting authority will accept alternative documentation. This may be the case where the tenderer is offering a new product, or have recently taken over sales rights for a product. If alternative documentation is given, it is the tenderer ́s responsibility to facilitate this in an educational way so that it is easy to assess whether the requirements are met.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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 : 02/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/253412573.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 19/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 19/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
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 : Vestre Innlandet tingrett -
Information about review deadlines : .

5.1 Lot technical ID : LOT-0002

Title : Sør-Fron municipality
Description : The contracting authority shall enter into a framework agreement for 2 years, with an option for an extension for 1+1 year for the purchase of wood and building materials. The framework agreement is for the procurement of wood and construction materials such as construction works, cladding, plates, lists, linings, valuation, gutters, fittings, doors, windows, insulation, masonry, concrete, leca, glue, screws, nails, plugs, bolts and other fasteners for buildings and timber, valves, simple cloakrooms. etc. (the list is not exhaustive). Businesses belonging to the Section for Technical Operations will be the largest users of the contract, but for example schools/before-and-after-school care will also use the agreement. All the contracting authority ́s entities shall be able to use the contract. Delivery shall be possible to all of the contracting authority ́s entities and addresses. Tenderers shall have shop sales max. 15 kilometres from the municipal house in Sør-Fron municipality. The contracting authority shall be able to collect stocked goods on the same day that an order is placed. The sales outlet shall be facilitated 'pro customers'/company customers. The products in the annex "price form" are expected to cover a large part of the contracting authority ́s needs in the contract period. Several are volume products and others are included to show the breadth of the need. The contracting authority shall, in accordance with requests, be able to purchase from the tenderer ́s total assortment within the contract assortment. The contracting authority has a separate framework agreement for paint, paint products and floor coverings. These products are therefore not included in the framework agreement for wood and building materials. The contracting authority has a framework agreement for joinery works. The framework agreement for joinery works also includes the procurement of materials. The contracting authority reserves the right to procure materials on its framework agreements for trade services when these are used.
Internal identifier : 2647

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44111000 Building materials
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44110000 Construction materials
Additional classification ( cpv ): 44111500 Insulators and insulating fittings
Additional classification ( cpv ): 44112500 Roofing materials

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 3 200 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
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 : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements The contracting authority requires a minimum credit rating of A on Bisnode ́s rating scale. The contracting authority will obtain a credit rating. If the company does not have an A-level (e.g. newly started company), satisfactory finances must be documented in another way.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environmentally labelled products
Description : Environmentally labelled products
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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 : 02/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/253412573.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 19/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 19/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
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 : Vestre Innlandet tingrett -
Information about review deadlines : .

5.1 Lot technical ID : LOT-0003

Title : Ringebu municipality
Description : The contracting authority shall enter into a framework agreement for 2 years, with an option for an extension for 1+1 year for the purchase of wood and building materials. The framework agreement is for the procurement of wood and construction materials such as construction works, cladding, plates, lists, linings, valuation, gutters, fittings, doors, windows, insulation, masonry, concrete, leca, glue, screws, nails, plugs, bolts and other fasteners for buildings and timber, valves, simple cloakrooms. etc. (the list is not exhaustive). The accompanying section for technical operations and facilitated services will be the largest users of the contract, but for example schools/before-and-after-school care will also use the agreement. All the contracting authority ́s entities shall be able to use the contract. Delivery shall be possible to all of the contracting authority ́s entities and addresses. Tenderers shall have shop sales in Ringebu municipality. The contracting authority shall be able to collect stocked goods on the same day that an order is placed. The sales outlet shall be facilitated 'pro customers'/company customers. The products in the annex "price form" are expected to cover a large part of the contracting authority ́s needs in the contract period. Several are volume products and others are included to show the breadth of the need. The contracting authority shall, in accordance with requests, be able to purchase from the tenderer ́s total assortment within the contract assortment. The contracting authority has a separate framework agreement for paint, paint products and floor coverings. These products are therefore not included in the framework agreement for wood and building materials. The contracting authority has a framework agreement for joinery works. The framework agreement for joinery works also includes the procurement of materials. The contracting authority reserves the right to procure materials on its framework agreements for trade services when these are used.
Internal identifier : 2630

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44111000 Building materials
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44110000 Construction materials
Additional classification ( cpv ): 44111500 Insulators and insulating fittings
Additional classification ( cpv ): 44112500 Roofing materials

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 2 990 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
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 : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements The contracting authority requires a minimum credit rating of A on Bisnode ́s rating scale. The contracting authority will obtain a credit rating. If the company does not have an A-level (e.g. newly started company), satisfactory finances must be documented in another way.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environmentally labelled products
Description : Quality
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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 : 02/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/253412573.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Required
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 19/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 19/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
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 : Vestre Innlandet tingrett -
Information about review deadlines : ..

8. Organisations

8.1 ORG-0001

Official name : Ringebu Kommune
Registration number : 939864970
Postal address : Hanstadgata 4
Town : Ringebu
Postcode : 2630
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Mari Therese Walle Træet
Telephone : +47 61283000
Fax : +47 61283200
Internet address : http://ringebu.kommune.no
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Vestre Innlandet tingrett
Registration number : 926723758
Town : GJØVIK
Postcode : 2801
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 61 02 02 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Sør-Fron kommune
Registration number : Sør-Fron kommune
Department : Sør-Fron kommune
Postal address : Kommunevegen 1
Town : Sør-Fron
Postcode : 2647
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 61299000
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Nord-Fron kommune
Registration number : 839893132
Town : Vinstra
Postcode : 2640
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 61216100
Roles of this organisation :
Buyer

10. Change

Version of the previous notice to be changed : 33e8dc7c-d6cf-4815-a20b-bc8faf7b59a8-01
Main reason for change : Information updated
Description : The tender deadline is postponed 1 week pending clarification of a question from the tenderer.

10.1 Change

Section identifier : ORG-0002

10.1 Change

Section identifier : ORG-0003

10.1 Change

Section identifier : ORG-0004

10.1 Change

Section identifier : PROCEDURE
Description of changes : Pending clarification of a question, the tender deadline will be postponed to 19.05.25, 12.00.
The procurement documents were changed on : 06/05/2025

10.1 Change

Section identifier : LOT-0001
Description of changes : No change

10.1 Change

Section identifier : LOT-0002
Description of changes : No change

10.1 Change

Section identifier : LOT-0003
Description of changes : No change
Notice information
Notice identifier/version : 6a0170e9-9525-4385-8dea-d83cb9663aaf - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/05/2025 09:55 +00:00
Notice dispatch date (eSender) : 07/05/2025 10:18 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00296137-2025
OJ S issue number : 89/2025
Publication date : 08/05/2025