Framework agreement plant services and green plants

The contracting authority is a nationwide department organised in accordance with a division model. The agency consists of the Directorate of Public Roads, which is the organisational superstructure and six divisions. The contracting authority rents office premises for its approx. 5,000 employees at 270 locations. Plant points need plant services …

CPV: 77310000 Haljasalade istutus- ja hooldusteenused, 03121100 Elustaimed, sibulad, juured, pistikud, pookoksad, 03441000 Ilutaimed, rohud, samblad või samblikud, 03451000 Taimed, 39225720 Purgid, 45112710 Haljasalade maastikukujundustööd
Tähtaeg:
sept. 18, 2025, 10 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
Framework agreement plant services and green plants
Auhindade andmise asutus:
Statens vegvesen
Auhinna number:
25/36475

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement plant services and green plants
Description : The contracting authority is a nationwide department organised in accordance with a division model. The agency consists of the Directorate of Public Roads, which is the organisational superstructure and six divisions. The contracting authority rents office premises for its approx. 5,000 employees at 270 locations. Plant points need plant services at some of these locations. The framework agreement will also include the purchase of green plants, real and artificial, if needed. This competition is for a framework agreement that shall cover the Contracting Authority's need for services related to plant services throughout the entire department.
Procedure identifier : f210d568-4af9-458f-bf7b-c6e45f8f8996
Internal identifier : 25/36475
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77310000 Planting and maintenance services of green areas
Additional classification ( cpv ): 03121100 Live plants, bulbs, roots, cuttings and slips
Additional classification ( cpv ): 03441000 Ornamental plants, grasses, mosses or lichens
Additional classification ( cpv ): 03451000 Plants
Additional classification ( cpv ): 39225720 Jars
Additional classification ( cpv ): 45112710 Landscaping work for green areas

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Sub-contract 1 Area North: Troms, Finnmark, Nordland, Trøndelag, Møre og Romsdal. See annex 1.1 Price Form and requirement specifications for detailed information.

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Sub-contract 2 Area Southwest: Vestland, Rogaland, Agder, Vestfold and Telemark. See annex 1.2 Price Form and requirement specifications for detailed information.

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Sub-contract 3 Area East: Akershus, Buskerud, Østfold, Innlandet and Oslo. See annex 1.3 Price Form and requirement specifications for detailed information.

2.1.3 Value

Estimated value excluding VAT : 4 500 000 Norwegian krone
Maximum value of the framework agreement : 5 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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 : Qualification Requirements
Description : The contracting authority is a nationwide department organised in accordance with a division model. The agency consists of the Directorate of Public Roads, which is the organisational superstructure and six divisions. The contracting authority rents office premises for its approx. 5,000 employees at 270 locations. Plant points need plant services at some of these locations. The framework agreement will also include the purchase of green plants, real and artificial, if needed. This competition is for a framework agreement that shall cover the Contracting Authority's need for services related to plant services throughout the entire department.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77310000 Planting and maintenance services of green areas
Additional classification ( cpv ): 03121100 Live plants, bulbs, roots, cuttings and slips
Additional classification ( cpv ): 03441000 Ornamental plants, grasses, mosses or lichens
Additional classification ( cpv ): 03451000 Plants
Additional classification ( cpv ): 39225720 Jars
Additional classification ( cpv ): 45112710 Landscaping work for green areas

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Sub-contract 1 Area North: Troms, Finnmark, Nordland, Trøndelag, Møre og Romsdal. See annex 1.1 Price Form and requirement specifications for detailed information.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Sub-contract 2 Area Southwest: Vestland, Rogaland, Agder, Vestfold and Telemark. See annex 1.2 Price Form and requirement specifications for detailed information.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Sub-contract 3 Area East: Akershus, Buskerud, Østfold, Innlandet and Oslo. See annex 1.3 Price Form and requirement specifications for detailed information.

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

5.1.6 General information

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

5.1.7 Strategic procurement

5.1.11 Procurement documents

Deadline for requesting additional information : 08/09/2025 22:00 +00:00

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
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 18/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Oslo tingrett
Review organisation : Oslo tingrett
Information about review deadlines : Deadlines are in accordanc with the Norwegian procurement regulations.
Organisation providing more information on the review procedures : Statens vegvesen

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 1
Description : Sub-contract 1 Area North: Troms, Finnmark, Nordland, Trøndelag, Møre og Romsdal. See annex 1.1 Price Form and requirement specifications for detailed information.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77310000 Planting and maintenance services of green areas
Additional classification ( cpv ): 03121100 Live plants, bulbs, roots, cuttings and slips
Additional classification ( cpv ): 03441000 Ornamental plants, grasses, mosses or lichens
Additional classification ( cpv ): 03451000 Plants
Additional classification ( cpv ): 39225720 Jars
Additional classification ( cpv ): 45112710 Landscaping work for green areas

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Sub-contract 1 Area North: Troms, Finnmark, Nordland, Trøndelag, Møre og Romsdal. See annex 1.1 Price Form and requirement specifications for detailed information.

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall enclose a completed price form, Annex 1.1 Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Environment
Description : As an assessment of the award criteria environment, the Tenderer shall respond to the points in the requirement table in point 2.2.11 in the requirement specification.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality, assignment comprehension and execution.
Description : Tenderers shall describe/account for their understanding of the assignment and how this assignment will be carried out based on the contracting authority ́s requirement specifications, including: - Work and manpower plan for the assignment showing stationing locations, number of our own employees, sub-suppliers, etc. - Description of competence/courses/experience, possibly a certificate of apprenticeship for those who shall carry out plant services. - Describe how you will ensure the quality of the delivery and products. As well as at the start-up and end of the contract period, describe how the existing plants/products will be reset. The description should not exceed 2 A4 pages.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Deadline for requesting additional information : 07/09/2025 22:00 +00:00

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
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 18/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Information about review deadlines : Deadlines are in accordanc with the Norwegian procurement regulations.

5.1 Lot technical ID : LOT-0003

Title : Sub-contract 2
Description : Sub-contract 2 Area Southwest: Vestland, Rogaland, Agder, Vestfold and Telemark. See annex 1.2 Price Form and requirement specifications for detailed information.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77310000 Planting and maintenance services of green areas
Additional classification ( cpv ): 03121100 Live plants, bulbs, roots, cuttings and slips
Additional classification ( cpv ): 03441000 Ornamental plants, grasses, mosses or lichens
Additional classification ( cpv ): 03451000 Plants
Additional classification ( cpv ): 39225720 Jars
Additional classification ( cpv ): 45112710 Landscaping work for green areas

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Sub-contract 2 Area Southwest: Vestland, Rogaland, Agder, Vestfold and Telemark. See annex 1.2 Price Form and requirement specifications for detailed information.

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall enclose a completed price form, Annex 1.2 Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Environment
Description : As an assessment of the award criteria environment, the Tenderer shall respond to the points in the requirement table in point 2.2.11 in the requirement specification.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality, assignment comprehension and execution.
Description : Tenderers shall describe/account for their understanding of the assignment and how this assignment will be carried out based on the contracting authority ́s requirement specifications, including: - Work and manpower plan for the assignment showing stationing locations, number of our own employees, sub-suppliers, etc. - Description of competence/courses/experience, possibly a certificate of apprenticeship for those who shall carry out plant services. - Describe how you will ensure the quality of the delivery and products. As well as at the start-up and end of the contract period, describe how the existing plants/products will be reset. The description should not exceed 2 A4 pages.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

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
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 18/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Information about review deadlines : Deadlines are in accordanc with the Norwegian procurement regulations.
Organisation providing more information on the review procedures : Statens vegvesen

5.1 Lot technical ID : LOT-0004

Title : Sub-contract 3
Description : Sub-contract 3 Area East: Akershus, Buskerud, Østfold, Innlandet and Oslo. See annex 1.3 Price Form and requirement specifications for detailed information.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77310000 Planting and maintenance services of green areas
Additional classification ( cpv ): 03121100 Live plants, bulbs, roots, cuttings and slips
Additional classification ( cpv ): 03441000 Ornamental plants, grasses, mosses or lichens
Additional classification ( cpv ): 03451000 Plants
Additional classification ( cpv ): 39225720 Jars
Additional classification ( cpv ): 45112710 Landscaping work for green areas

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Sub-contract 3 Area East: Akershus, Buskerud, Østfold, Innlandet and Oslo. See annex 1.3 Price Form and requirement specifications for detailed information.

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall enclose a completed price form, Annex 1.3 Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Environment
Description : As an assessment of the award criteria environment, the Tenderer shall respond to the points in the requirement table in point 2.2.11 in the requirement specification.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality, assignment comprehension and execution.
Description : Tenderers shall describe/account for their understanding of the assignment and how this assignment will be carried out based on the contracting authority ́s requirement specifications, including: - Work and manpower plan for the assignment showing stationing locations, number of our own employees, sub-suppliers, etc. - Description of competence/courses/experience, possibly a certificate of apprenticeship for those who shall carry out plant services. - Describe how you will ensure the quality of the delivery and products. As well as at the start-up and end of the contract period, describe how the existing plants/products will be reset. The description should not exceed 2 A4 pages.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Deadline for requesting additional information : 08/09/2025 22:00 +00:00

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
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 18/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Information about review deadlines : Deadlines are in accordanc with the Norwegian procurement regulations.

8. Organisations

8.1 ORG-0001

Official name : Statens vegvesen
Registration number : 971032081
Department : Fellesfunksjoner
Postal address : Skoggata 19
Town : Moss
Postcode : 1500
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Kristian Langhoff Dahlen
Telephone : +4790 271616
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Mediation organisation

Notice information

Notice identifier/version : 740c0bba-f8a6-4ff3-8a48-eeec614e6b3a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/08/2025 11:01 +00:00
Notice dispatch date (eSender) : 13/08/2025 12:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00532981-2025
OJ S issue number : 155/2025
Publication date : 14/08/2025