NEW notice: Installation services for Sykehuspartner HF

Refer to the previous competition for Installation Services for Sykehuspartner HF, which was cancelled/cancelled. Objective of the procurement: Cover the need for installation services in Central Data Centres, Central main communication rooms in the hospitals, as well as support ongoing operational assignments and projects to modernise the infrastructure in HSØ. …

CPV: 31300000 Szigetelt huzalok és kábelek, 31350000 Villamos kábelek adatátviteli és vezérlési célokra, 31600000 Villamos berendezések és készülékek, 32420000 Hálózati berendezések, 45310000 Villamos szerelési munka, 45311000 Villamos huzalozás és szerelés, 45314000 Távközlési berendezések szerelése, 45314300 Kábeles infrastruktúra szerelése, 45314310 Kábelfektető szerelése, 45314320 Számítógépes kábel szerelése, 45317000 Egyéb villamos szerelési munka, 50312300 Adatátviteli hálózati berendezések karbantartása és javítása, 50312310 Adatátviteli hálózati berendezések karbantartása, 50312320 Adatátviteli hálózati berendezések javítása, 50312600 Informatikai berendezések karbantartása és javítása, 50323000 Számítógépes periféria karbantartása és javítása, 51000000 Beszerelési szolgáltatások (kivéve szoftverek), 51110000 Villamos berendezéssel kapcsolatos beszerelési szolgáltatások, 51300000 Hírközlési berendezéssel kapcsolatos szerelési szolgáltatások, 72500000 Számítógépekkel kapcsolatos szolgáltatások, 72510000 Számítógépekkel kapcsolatos ügyintézési szolgáltatások, 72514000 Számítógépes létesítménykezelési szolgáltatások, 72590000 Számítógépekkel kapcsolatos szakmai szolgáltatások, 72600000 Számítógépes támogatási és tanácsadói szolgáltatások, 72610000 Számítógépes támogatási szolgáltatások, 72611000 Műszaki számítógép-támogatási szolgáltatások
Határidő:
2025. június 12. 07:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
NEW notice: Installation services for Sykehuspartner HF
Díjat odaítélő szervezet:
SYKEHUSINNKJØP HF
Díj száma:
2024/32058

1. Buyer

1.1 Buyer

Official name : SYKEHUSINNKJØP HF
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : NEW notice: Installation services for Sykehuspartner HF
Description : Refer to the previous competition for Installation Services for Sykehuspartner HF, which was cancelled/cancelled. Objective of the procurement: Cover the need for installation services in Central Data Centres, Central main communication rooms in the hospitals, as well as support ongoing operational assignments and projects to modernise the infrastructure in HSØ. Beyond installation services, this procurement shall also enable Sykehuspartner to procure equipment and material closely connected to installation work, such as data rack, PDUs, data and electricity cables etc. Changes to the procurement documents from the previous notice are, among other things: 1. The framework agreement, fixed price in the framework agreement period, only applies to service procurements.    The price for materials will be evaluated based on prices/wholesaler prices and the mark-up percentage.    Where the mark-up percentage is fixed throughout the contract period, whilst the wholesaler prices vary2. List of materials changed to a shopping bag for evaluation purposes.3. The travel distance to be given is return trip from the nearest office to the listed location. A few more locations have been added. Regarding a short tender deadline refer to the procurement regulations § 20-2 that the minimum deadlines in an open tender contest can be shortened to 15 days under certain terms. We take advantage of the possibility to make the tender deadline shorter than 30 days, but a minimum of 15 days, as a prior information notice has been made with the market dialogue. The prior information notice was published 15 January 2025.Link: https://www.doffin.no/notices/2025-100550Videre the competition has been previously announced. Published 25 April 2025, but cancelled/cancelled 16 May 2025.
Procedure identifier : 52c7ce19-9011-4b03-8106-102170e27417
Internal identifier : 2024/32058
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31350000 Electric conductors for data and control purposes
Additional classification ( cpv ): 31600000 Electrical equipment and apparatus
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45311000 Electrical wiring and fitting work
Additional classification ( cpv ): 45314000 Installation of telecommunications equipment
Additional classification ( cpv ): 45314300 Installation of cable infrastructure
Additional classification ( cpv ): 45314310 Installation of cable laying
Additional classification ( cpv ): 45314320 Installation of computer cabling
Additional classification ( cpv ): 45317000 Other electrical installation work
Additional classification ( cpv ): 50312300 Maintenance and repair of data network equipment
Additional classification ( cpv ): 50312310 Maintenance of data network equipment
Additional classification ( cpv ): 50312320 Repair of data network equipment
Additional classification ( cpv ): 50312600 Maintenance and repair of information technology equipment
Additional classification ( cpv ): 50323000 Maintenance and repair of computer peripherals
Additional classification ( cpv ): 51110000 Installation services of electrical equipment
Additional classification ( cpv ): 51300000 Installation services of communications equipment
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 72514000 Computer facilities management services
Additional classification ( cpv ): 72590000 Computer-related professional services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72610000 Computer support services
Additional classification ( cpv ): 72611000 Technical computer support services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 148 000 000 Norwegian krone
Maximum value of the framework agreement : 148 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - .

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

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-0001

Title : NEW announcement: Sub area 1: Installation services in Central Data Centres (SDSx) and Central Main Communication Room (SHKR) in the hospitals.
Description : Lot 1, Installation services in Central Data Centres (SDSx) and Central Main Communication Rooms (SHKR) in the hospitals, will cover what we classify as central computer centres and local SHKR (Central Main Communication Room), i.e. ICT rooms with service production with both servers, storage and network components. The following services will be included (the list is not comprehensive, but meant to provide an overview of typical services that will be requested): Installation and down-connection of hardware such as servers, storage and network components in central data centres and local computer rooms. Installation of computer racks, PDU's and preterminated cabling. General "eyes and hands" services such as basic quality checks and troubleshooting on installed cabling and hardware.
Internal identifier : 2025/50230

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers must have sufficient ability and capacity to fulfil the contract. The contracting authority will look at the tenderers ́ deliveries and the degree of comparableity with the contracting authority ́s needs. See the competition terms for further information.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements
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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 02/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257254285.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 tenders : 12/06/2025 07:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 12/06/2025 07:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Not allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 100000
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : .

5.1 Lot technical ID : LOT-0002

Title : NEW notice: Lot 2: Installation services as support for ongoing operational assignments and projects to modernise the infrastructure in Helse Sør-Øst.
Description : Installation services such as switches, routers, firewalls etc. will be included in sub-area 2, Installation services such as switches, routers, firewalls, etc. Installation, troubleshooting and disconnection of wireless access points (Monkeys) Troubleshooting and quality checking data cablingInstall PDUs/current lists/earthingThe installation of data rackInstallation work connected with mobile signal reinforcement indoor cross connection and cabling work in connection with Telecom systems Assembly of peripheral equipment (AV equipment etc.).General "eyes and hands" servicesWeb-shop for infrastructure related materials
Internal identifier : 2025/50231

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers must have sufficient ability and capacity to fulfil the contract. The contracting authority will look at the tenderers ́ deliveries and the degree of comparableity with the contracting authority ́s needs. See the competition terms for further information.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements
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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 02/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257254285.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 tenders : 12/06/2025 07:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 12/06/2025 07:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Not allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 100000
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett -
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF -

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Indre og Østre Finnmark tingrett
Registration number : 926 722 840
Town : Vadsø
Postcode : 9800
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Telephone : 78 01 17 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 1b81c866-08d9-4000-9cbc-75e993a071b4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/05/2025 07:36 +00:00
Notice dispatch date (eSender) : 23/05/2025 07:36 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00336401-2025
OJ S issue number : 100/2025
Publication date : 26/05/2025