TransQ Qualification System - notification of qualification system - Services

TRANSQ is a joint qualification system for suppliers and contractors to leading Scandinavian aviation, postal, rail and transport utilities. It's operated by Achilles under Article 77 of Directive 2014/25/EU. The subscribing utilities will use TRANSQ for tenderer selection for contracts and framework agreements subject to EU procurement rules but reserve …

CPV: 60000000 Transporditeenused (v.a jäätmetransport), 50000000 Remondi- ja hooldusteenused, 51000000 Paigaldusteenused (v.a tarkvara), 55000000 Hotelli-, restorani- ja jaemüügiteenused, 63000000 Tugi- ja abiveoteenused; reisibürooteenused, 64000000 Posti- ja telekommunikatsiooniteenused, 65000000 Kommunaalteenused, 66000000 Finantsvahendus- ja kindlustusteenused, 70000000 Kinnisvarateenused, 71000000 Arhitektuuri-, ehitus-, inseneri- ja ehitusjärelevalveteenused, 72000000 IT-teenused: nõuande-, tarkvaraarendus-, Interneti- ja tugiteenused, 73000000 Uurimis- ja arendusteenused ja seonduvad nõustamisteenused, 75000000 Riigihaldus-, kaitse- ja sotsiaalkindlustusteenused, 76000000 Nafta- ja gaasitööstusega seotud teenused, 77000000 Põllumajandus-, metsandus-, aiandus-, vesiviljelus- ja mesindusteenused, 79000000 Õigus-, turundus-, nõustamis-, värbamis-, trüki- ja turvaalased kommertsteenused, 80000000 Haridus- ja koolitusteenused, 85000000 Tervishoiu ja sotsiaaltöö teenused, 90000000 Reovee- ja jäätmekõrvaldusteenused, puhastus- ja keskkonnateenused, 92000000 Vabaaja-, kultuuri- ja sporditeenused, 98000000 Muud ühiskondlikud, sotsiaal- ja isikuteenused
Täitmise koht:
TransQ Qualification System - notification of qualification system - Services
Auhindade andmise asutus:
Achilles Information AS
Auhinna number:
904

1. Buyer

1.1 Buyer

Official name : Achilles Information AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : AVINOR AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Airport-related activities

1.1 Buyer

Official name : BANE NOR SF
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

1.1 Buyer

Official name : VYGRUPPEN AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : AGILIA AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : Flytoget AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

1.1 Buyer

Official name : FLÅMSBANA AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : VY BUSS AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : VY TOG AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

1.1 Buyer

Official name : SPORVEIEN AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : POSTEN BRING AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Postal services

1.1 Buyer

Official name : OSLO KOMMUNE FORNEBUBANEN
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

1.1 Buyer

Official name : Region Stockholm, Förvaltning för utbyggd tunnelbana
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

1.1 Buyer

Official name : Swedavia AB
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Airport-related activities

1.1 Buyer

Official name : Region Stockholm, Trafiknämnden, Trafikförvaltningen
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : SJ AB
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

1.1 Buyer

Official name : VY TÅG AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : TransQ Qualification System - notification of qualification system - Services
Description : TRANSQ is a joint qualification system for suppliers and contractors to leading Scandinavian aviation, postal, rail and transport utilities. It's operated by Achilles under Article 77 of Directive 2014/25/EU. The subscribing utilities will use TRANSQ for tenderer selection for contracts and framework agreements subject to EU procurement rules but reserve the right to publish individual notices for specific requirements where they deem it necessary, even though they relate to the product and service categories covered by TRANSQ. The qualification system may be used for contracts not subject to EU procurement rules at each subscriber's discretion. An overview of products and services acquired through TRANSQ is available here https://www.achilles.com/app/uploads/2023/05/Achilles-TransQ-Nordics-Codes-En.pdf
Procedure identifier : 3ea988aa-f736-41cf-9b5c-0d476ea71a70
Internal identifier : 904

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 55000000 Hotel, restaurant and retail trade services
Additional classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 64000000 Postal and telecommunications services
Additional classification ( cpv ): 65000000 Public utilities
Additional classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 70000000 Real estate services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 75000000 Administration, defence and social security services
Additional classification ( cpv ): 76000000 Services related to the oil and gas industry
Additional classification ( cpv ): 77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 85000000 Health and social work services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 92000000 Recreational, cultural and sporting services
Additional classification ( cpv ): 98000000 Other community, social and personal services

2.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and 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).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the tenderer aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
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?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
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.
Offence concerning its professional conduct in the domain of defence procurement : 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the country : Is the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : TransQ Qualification System - notification of qualification system - Services
Description : TRANSQ is a joint qualification system for suppliers and contractors to leading Scandinavian aviation, postal, rail and transport utilities. It's operated by Achilles under Article 77 of Directive 2014/25/EU. The subscribing utilities will use TRANSQ for tenderer selection for contracts and framework agreements subject to EU procurement rules but reserve the right to publish individual notices for specific requirements where they deem it necessary, even though they relate to the product and service categories covered by TRANSQ. The qualification system may be used for contracts not subject to EU procurement rules at each subscriber's discretion. An overview of products and services acquired through TRANSQ is available here https://www.achilles.com/app/uploads/2023/05/Achilles-TransQ-Nordics-Codes-En.pdf
Internal identifier : 1224

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 55000000 Hotel, restaurant and retail trade services
Additional classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 64000000 Postal and telecommunications services
Additional classification ( cpv ): 65000000 Public utilities
Additional classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 70000000 Real estate services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 75000000 Administration, defence and social security services
Additional classification ( cpv ): 76000000 Services related to the oil and gas industry
Additional classification ( cpv ): 77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 85000000 Health and social work services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 92000000 Recreational, cultural and sporting services
Additional classification ( cpv ): 98000000 Other community, social and personal services

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/07/2025
Other duration : Unlimited

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Suppliers may apply for qualification at any time. To apply the suppliers must complete an Order Form and pay in advance an annual qualification fee ranging from SEK 6,190 to 12,300. The Order Form can be obtained here https://my.achilles.com/join-community?communitycode=TRQ&lang=nb-EN To qualify the suppliers must complete an online questionnaire covering detailed information about their company. Basic commercial requirements must be satisfied. TRANSQ is open to manufacturers or distributors doing business directly with the buyer. The bidders' lists will be based on suppliers that have passed the initial qualification. Please find more information about the qualification requirements and required documentation here https://www.achilles.com/app/uploads/2025/07/TransQ-Qualification-Requirements.pdf TRANSQ is of indefinite duration, but supplier information must be updated annually. Suppliers already qualified on TRANSQ will be reminded to renew before the qualification period expires. Suppliers can update their information during the qualification period. Documentation requirements:

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://www.achilles.com/transq-nordics/
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.16 Further information, mediation and review

Review organisation : Agder tingrett
Organisation providing additional information about the procurement procedure : Achilles Information AS
Organisation providing more information on the review procedures : Achilles Information AS

8. Organisations

8.1 ORG-0001

Official name : Achilles Information AS
Registration number : 980430596
Postal address : P.O. Box 1817
Town : Arendal
Postcode : 4858
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Johannes Poller Marsi
Telephone : +47 37063540
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : AVINOR AS
Registration number : 985198292
Postal address : PO Box 150
Town : Gardermoen
Postcode : 2061
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Telephone : +47 67030000
Internet address : https://avinor.no
Buyer profile : https://avinor.no
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : BANE NOR SF
Registration number : 917082308
Postal address : PO Box 4350
Town : Hamar
Postcode : 2308
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Telephone : +47 47770098
Internet address : https://www.banenor.no/
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : VYGRUPPEN AS
Registration number : 984661177
Postal address : PO Box 1800
Town : Oslo
Postcode : 0048
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Linda Rønneberg
Telephone : +47 93696606
Internet address : https://www.vy.no/
Buyer profile : https://www.vy.no/
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : AGILIA AS
Registration number : 983581048
Postal address : PO Box 1800
Town : Oslo
Postcode : 0048
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Linda Rønneberg
Telephone : +47 93696606
Internet address : https://www.vy.no/
Buyer profile : https://www.vy.no/
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Flytoget AS
Registration number : 965694404
Postal address : PO Box 1800
Town : Oslo
Postcode : 0048
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Linda Rønneberg
Telephone : +47 93696606
Internet address : https://www.vy.no/
Buyer profile : https://www.vy.no/
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : FLÅMSBANA AS
Registration number : 979276923
Postal address : PO Box 1800
Town : Oslo
Postcode : 0048
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Linda Rønneberg
Telephone : +47 93696606
Internet address : https://www.vy.no/
Buyer profile : https://www.vy.no/
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : VY BUSS AS
Registration number : 976948394
Postal address : PO Box 1800
Town : Oslo
Postcode : 0048
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Linda Rønneberg
Telephone : +47 93696606
Internet address : https://www.vy.no/
Buyer profile : https://www.vy.no/
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : VY TOG AS
Registration number : 917374988
Postal address : PO Box 1800
Town : OSLO
Postcode : 0048
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Linda Rønneberg
Telephone : +47 93696606
Internet address : https://www.vy.no/
Buyer profile : https://www.vy.no/
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : SPORVEIEN AS
Registration number : 915070434
Postal address : PO Box 1800
Town : Oslo
Postcode : 0024
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Telephone : +47 91889873
Internet address : https://www.sporveien.no/
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : POSTEN BRING AS
Registration number : 984661185
Postal address : PO Box 1500
Town : Oslo
Postcode : 0001
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Telephone : +47 23149000
Internet address : https://www.postenbring.no
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : OSLO KOMMUNE FORNEBUBANEN
Registration number : 818379862
Postal address : PO Box 322
Town : Oslo
Postcode : 1326
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Ingvild Garberg
Telephone : +47 98230068
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : Region Stockholm, Förvaltning för utbyggd tunnelbana
Registration number : 232100-0016
Postal address : Box 45436
Town : Stockholm
Postcode : 104 31
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( SEZZZ )
Country : Sweden
Telephone : +46 087372500
Internet address : https://nyatunnelbanan.se/
Roles of this organisation :
Buyer

8.1 ORG-0014

Official name : Swedavia AB
Registration number : 556797-0818
Postal address : NA
Town : Stockholm-Arlanda
Postcode : 190 45
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( SEZZZ )
Country : Sweden
Telephone : +46 0101090000
Roles of this organisation :
Buyer

8.1 ORG-0015

Official name : Region Stockholm, Trafiknämnden, Trafikförvaltningen
Registration number : 232100-0016
Postal address : PO Box 22230
Town : Stockholm
Postcode : 104 22
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( SEZZZ )
Country : Sweden
Telephone : +46 0812334039
Roles of this organisation :
Buyer

8.1 ORG-0016

Official name : SJ AB
Registration number : 556196-1599
Postal address : NA
Town : Stockholm
Postcode : 10550
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( SEZZZ )
Country : Sweden
Telephone : +46 0107516000
Internet address : https://www.sj.se
Buyer profile : https://www.sj.se
Roles of this organisation :
Buyer

8.1 ORG-0017

Official name : VY TÅG AS
Registration number : 556564-9976
Postal address : PO Box 1800
Town : Oslo
Postcode : 0048
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( SEZZZ )
Country : Sweden
Contact point : Linda Rønneberg
Telephone : +47 93696606
Internet address : https://www.vy.no/
Buyer profile : https://www.vy.no/
Roles of this organisation :
Buyer

8.1 ORG-0018

Official name : Agder tingrett
Registration number : 926723480
Postal address : Postboks 63
Town : Kristiansand
Postcode : 4661
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 38176300
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 6423fdbb-0c3f-4fea-bcb7-475bf2afd4e6 - 01
Form type : Competition
Notice type : Notice on the existence of a qualification system
Notice dispatch date : 11/08/2025 12:11 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00527781-2025
OJ S issue number : 153/2025
Publication date : 12/08/2025