Qualification phase - Framework agreement for basic software licences and software maintenance with the accompanying services.

This procurement is for a framework agreement for the procurement of licences and software maintenance and consultancy services for the licence portfolio for Bærum municipality. The contract shall cover Bærum municipality ́s need for software licences, software maintenance, support and consultancy services, as well as accompanying services. The delivery can …

CPV: 48000000 Ohjelmatuotteet ja tietojärjestelmät, 48218000 Käyttöoikeuksien hallintaohjelmatuotteet, 48600000 Tietokanta- ja käyttöohjelmatuotteet, 48700000 Apuohjelmatuotteet, 72000000 Tietotekniset palvelut: neuvonta, ohjelmistojen kehittäminen, Internet ja tuki, 72222300 Tietotekniikkapalvelut, 72268000 Ohjelmiston toimituspalvelut, 72500000 Tietokonepalvelut, 72600000 Tietotekniset tuki- ja neuvontapalvelut
Teloituspaikka:
Qualification phase - Framework agreement for basic software licences and software maintenance with the accompanying services.
Myöntävä elin:
Bærum kommune
Myöntämisnumero:
2024/10515

1. Buyer

1.1 Buyer

Official name : Bærum kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Qualification phase - Framework agreement for basic software licences and software maintenance with the accompanying services.
Description : This procurement is for a framework agreement for the procurement of licences and software maintenance and consultancy services for the licence portfolio for Bærum municipality. The contract shall cover Bærum municipality ́s need for software licences, software maintenance, support and consultancy services, as well as accompanying services. The delivery can also include contract signing, negotiations and any negotiations with software manufacturers and general customer consulting in connection with the licence portfolio and software versions in accordance with the contract.  The procurement is a service procurement that includes the procurement of software licences and software maintenance, support and advisory services for the licence portfolio as well as various assistance services.   The services do not require extensive travel activities and the tenderer will only occasionally need to be physically present in the contracting authority ́s premises. The main service is software in the form of licences that do not require physical delivery (only electronically). This procurement is, in accordance with DFØ Climate Supervisor, assessed to have a climate footprint and an environmental impact that is immaterial. A direct climate footprint as a result of the procurement is therefore expected to be of a modest character. The requested consultancy and assistance in this competition is provided by human resources, who have a very low environmental impact. However, if a consideration takes the software manufacturers chains, we see that climate footprint and environmental impact may arise. Tenderers ́ influence in this procurement over this energy consumption and the possible environmental impact is, however, very limited, and makes it aimless for the contracting authority to emphasise or set requirements for the above mentioned in this procurement. The performance of this procurement is considered to be a procurement that, in its nature, has a climate footprint and an environmental impact that is immaterial. To ensure climate and environmental considerations when transporting consultants as needed for physical presence in the customer ́s premises, the contract requires zero emission vehicles or public transport for this transport. If there are more than 5 tenderers who fulfil the minimum qualification requirements in point 3.2 - 3.5 in the tender documentation, the Contracting Authority will rank the tenderers based on their degree of fulfilment in points 3.5, Requirement 4 and 5. Only 3-5 tenderers will be able to participate in stage 2 - Competition phase/phase 2. Qualification of the 3-5 tenderers who will be able to participate in the competition will be determined on the following criteria with weighting in brackets: * Requirement 4: Implementation ability (50%) * Requirement 5: Experience (50%)The contracting authority requests that all tenderers who wish to participate and qualify for the competition in the Qualification phase. enclose documentation for fulfilment of the qualification requirements simultaneously with the ESPD form. See point 3.6 in the tender documentation. Clarifications: * There is an error in the Forms form in Mercell that only allows the contracting authority to specify a minimum of Candidates for number 5. The correct number of candidates for the prequalification phase is three (3) to five (5). See the tender documentation point 2.2 and point 2.3 for further information. The contracting authority will enter into contract with one (1) tenderer, see the tender documentation point 1.1.* The contracting authority also emphasises that a market dialogue has previously been held, see the notice-id 2025-105401.
Procedure identifier : f243ac0a-92d9-4bf0-a84e-89ae6de83b1f
Internal identifier : 2024/10515
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : This procurement is for a framework agreement for the procurement of licences and software maintenance and consultancy services for the licence portfolio for Bærum municipality. The contract shall cover Bærum municipality ́s need for software licences, software maintenance, support and consultancy services, as well as accompanying services. The delivery can also include contract signing, negotiations and any negotiations with software manufacturers and general customer consulting in connection with the licence portfolio and software versions in accordance with the contract.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48218000 License management software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 400 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - See the tender documentation.

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 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. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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-0000

Title : Qualification phase - Framework agreement for basic software licences and software maintenance with the accompanying services.
Description : This procurement is for a framework agreement for the procurement of licences and software maintenance and consultancy services for the licence portfolio for Bærum municipality. The contract shall cover Bærum municipality ́s need for software licences, software maintenance, support and consultancy services, as well as accompanying services. The delivery can also include contract signing, negotiations and any negotiations with software manufacturers and general customer consulting in connection with the licence portfolio and software versions in accordance with the contract.  The procurement is a service procurement that includes the procurement of software licences and software maintenance, support and advisory services for the licence portfolio as well as various assistance services.   The services do not require extensive travel activities and the tenderer will only occasionally need to be physically present in the contracting authority ́s premises. The main service is software in the form of licences that do not require physical delivery (only electronically). This procurement is, in accordance with DFØ Climate Supervisor, assessed to have a climate footprint and an environmental impact that is immaterial. A direct climate footprint as a result of the procurement is therefore expected to be of a modest character. The requested consultancy and assistance in this competition is provided by human resources, who have a very low environmental impact. However, if a consideration takes the software manufacturers chains, we see that climate footprint and environmental impact may arise. Tenderers ́ influence in this procurement over this energy consumption and the possible environmental impact is, however, very limited, and makes it aimless for the contracting authority to emphasise or set requirements for the above mentioned in this procurement. The performance of this procurement is considered to be a procurement that, in its nature, has a climate footprint and an environmental impact that is immaterial. To ensure climate and environmental considerations when transporting consultants as needed for physical presence in the customer ́s premises, the contract requires zero emission vehicles or public transport for this transport.
Internal identifier : 2024/10515

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48218000 License management software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Options :
Description of the options : Framework agreement for 2 years, option for 1+1 year extension.

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 400 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 105401-2025

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. Minimum qualification requirements Requirement 2 - Registered in a trade register or company register. Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. Documentation requirement Norwegian companies: Company Registration Certificate Foreign companies: Documentation that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Financial ratio
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements Requirement 3 - Finances The tenderer is required to be financially solvent, which gives the contracting authority the security that the tenderer will be financially viable throughout the period of the agreement. Documentation requirement A complete credit assessment/report, not older than three months, from a publicly certified credit rating company, with score A (credit worthy) or an equivalent or better rating. The report shall be based on the last known accounting figures. The date must be clearly stated. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre will not always be able to document that the requirement is fulfilled. In such cases, they will be able to compensate with a satisfactory credit rating which provides an equivalent security for implementation ability. Such alternative documentation shall be included with the tender. If the tenderer has valid reasons for not submitting the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the Contracting Authority deems suitable. The contracting authority reserves the right to obtain updated credit assessments from a publicly certified credit rating company.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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 Requirement 1 - Taxes and duties The tenderer's tax affairs shall be in order in relation to payment of taxes and duties in the country where the tenderer is established. Documentation requirement Tax and VAT certificate: The certificate can be obtained from the Altinn.no. The certificate shall not be older than six months, from expiry of the tender deadline. Norwegian tenderers who are not VAT obliged must provide confirmation of this from the Norwegian tax authorities. Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Requirement 5 - Experience Very good experience from equivalent/similar assignments is required. Equivalent/similar assignments means customers of an equivalent size, with an equivalent size of the licence portfolio. Equivalent assignments and sizes means the combination of large volume contracts, such as Microsoft EA and minor licence procurements for specialised applications.  Relevant experience of sufficient and comparable nature and service quality is required as described for the performance. See SSA - R Annex 1 The Contracting Authority ́s Requirement Specifications. Documentation requirement: List of the 2- 3 most important deliveries or services performed/deliveries/projects that the tenderer has carried out and that have been ongoing for the last three years, including information about the value, date, and the name of the public or private recipient with contact information for any reference collection.   Tenderers can document their experience by referring to the competence of the personnel this prevails over and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. Please complete Annex 3 - Reference Form. The description should be completed so that the contracting authority can actually see what has been delivered.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Requirement 4 - Implementation ability A very good implementation ability is required. Documentation requirement A description of the tenderer's technical personnel or technical units the tenderer has at their disposition to fulfil the contract, regardless of whether they belong to the company or not. Requirement 8 - Dealer status  The tenderer is required to have "Licensing Solution Partner" status at Microsoft and the status of a Licensing Solution Provider at VMware.  Documentation requirement: Tenderers are asked to document dealer status at Microsoft and VMware, which is current at the latest from the deadline for submitting an application for prequalification.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Requirement 6 - Quality Management System A good and well-functioning quality management system is required for the requested services. The concept of a quality management system is that i.a. the tenderer has a awareness of quality objectives, planning, securing, handling of deviations, quality improvement and data security. Documentation requirement: An account of the tenderer ́s quality management system, or a copy of a quality management certificate in accordance with ISO 9001:2015 or an equivalent certificate.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Requirement 7 - Environmental management system Systems and procedures are required that ensure low environmental impact when performing the delivery. The environmental management system must i.a. ensure continual improvement of: - the organisation ́s competence in the environment and safety. - the performance ́s climate impact. Documentation requirement: An account of the tenderer ́s environmental management system, or a copy of a certificate of environmental management system in accordance with ISO 14001:2015, Miljøfyrtårn (Eco-lighthouse programme), EMAS or equivalent certificate.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : See the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 65
Criterion :
Type : Price
Name : Price
Description : See the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 17/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257667600.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 : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 30/06/2025 08:00 +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 : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Ringerike, Asker og Bærum Tingrett -
Information about review deadlines : See the tender documentation point on the progress plan. The waiting period is 10 days after notification of the result of the competition.
Organisation providing more information on the review procedures : Bærum kommune -

8. Organisations

8.1 ORG-0001

Official name : Bærum kommune
Registration number : 935478715
Postal address : Postboks 700
Town : SANDVIKA
Postcode : 1304
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Tor Inge Stokke
Telephone : +47 67504050
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Ringerike, Asker og Bærum Tingrett
Registration number : 926725963
Department : Sandvika
Town : Sandvika
Postcode : 1300
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 67576500
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : e36d56b6-8b54-44a2-ab6d-4d1f73ebbed7-01
Main reason for change : Information updated
Description : Clarification of the number of candidates for the prequalification phase (see the field "Description"). Added reference to previously completed market dialogue (see the field "Beskrivelse") Added the document "Spørsmål og svar kvalifikasjonsfase 2025_06_03"

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : 783b95d2-4aef-4b43-b5c3-47dbd7af8a2a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/06/2025 06:59 +00:00
Notice dispatch date (eSender) : 04/06/2025 07:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00363543-2025
OJ S issue number : 107/2025
Publication date : 05/06/2025