R01718, R01729, R01733 and R01804 - Machine contractor services RENO Midt-Troms

The Norwegian Defence Estates Agency invites tenderers to submit tenders for: Parallel framework agreements with the following call-off mechanisms: Areas 1, 2 and 3: Direct call-offs to tenderers after ranking (waterfalls) up to NOK 2.4 million, excluding VAT. The estimated total value entered in Mercell is the total maximum sum …

CPV: 45000000 Építési munkák, 45100000 Terep-előkészítő munkák, 45500000 Mély- és magasépítési gépek és berendezések kölcsönzése kezelővel, 60182000 Ipari járművek kölcsönzése vezetővel
Határidő:
2025. augusztus 18. 07:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
R01718, R01729, R01733 and R01804 - Machine contractor services RENO Midt-Troms
Díjat odaítélő szervezet:
Forsvarsbygg
Díj száma:
2024/7149

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

1.1 Buyer

Official name : Forsvarsmateriell
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

1.1 Buyer

Official name : Forsvaret
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : R01718, R01729, R01733 and R01804 - Machine contractor services RENO Midt-Troms
Description : The Norwegian Defence Estates Agency invites tenderers to submit tenders for: Parallel framework agreements with the following call-off mechanisms: Areas 1, 2 and 3: Direct call-offs to tenderers after ranking (waterfalls) up to NOK 2.4 million, excluding VAT. The estimated total value entered in Mercell is the total maximum sum for all 4 sub areas, provided that all options are taken up. HOLIDAY LEAVE IN JULY: Due to holidays in July, the last deadline for asking questions is July 7. Enquiries will also not be answered in the period 14 July to and including 11 August .
Procedure identifier : 3381072b-b1f2-44d2-93f3-c83a5598de49
Internal identifier : 2024/7149
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 : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 60182000 Hire of industrial vehicles with driver

2.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 207 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The competition is for a procurement above the EEA threshold, cf. part I and III of the Public Procurement Regulations.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 4

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 : R01718 Machine contractor services RENO Midt-Troms sub area 1 (Skjold)
Description : Parallel framework agreements with the following call-off mechanisms: Direct call-offs to tenderers after ranking (waterfalls) up to NOK 2.4 million excluding VAT.
Internal identifier : 2024/6905

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45500000 Hire of construction and civil engineering machinery and equipment with operator

5.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 28/09/2025
Duration end date : 30/09/2027

5.1.5 Value

Estimated value excluding VAT : 48 000 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Specific yearly turnover
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows: Minimum qualification requirements Sub-area 1: Tenderers shall annually document minimum turnover within the area this framework agreement applies to the last 2 financial years of NOK 15 million. Sub area 2: Tenderers annually document minimum turnover within the area this framework agreement applies to the last 2 financial years of NOK 25million. Sub-area 3: Tenderers shall annually document minimum turnover within the area this framework agreement applies to the last 2 financial years of NOK 15million. Sub area 4: Tenderers annually document minimum turnover within the area this framework agreement applies to the last two financial years of NOK 5million. This shall be done either by presenting accounting figures from two available annual accounts showing the tenderer's turnover. (Not required if the accounts key figures are in the credit rating). If the area that the tenderer sells goods/services is not excluded within the area, an account shall be given that the minimum requirement is met.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259072015.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 18/08/2025 07:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 18/08/2025 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 : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : The waiting period is 10 days calculated from the day after the notification of the chosen tenderer has been sent before the contract is signed, cf. the Public Procurement Regulations § 30-9.
Organisation providing more information on the review procedures : Forsvarsbygg -

5.1 Lot technical ID : LOT-0002

Title : R01729 Machine contractor services RENO Midt-Troms sub area 2 (Bardufoss)
Description : Parallel framework agreements with the following call-off mechanisms: Direct call-offs to tenderers after ranking (waterfalls) up to NOK 2.4 million excluding VAT.
Internal identifier : 2024/7167

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45500000 Hire of construction and civil engineering machinery and equipment with operator

5.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/11/2025
Duration end date : 30/11/2027

5.1.5 Value

Estimated value excluding VAT : 80 000 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Specific yearly turnover
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows: Minimum qualification requirements Sub-area 1: Tenderers shall annually document minimum turnover within the area this framework agreement applies to the last 2 financial years of NOK 15 million. Sub area 2: Tenderers annually document minimum turnover within the area this framework agreement applies to the last 2 financial years of NOK 25million. Sub-area 3: Tenderers shall annually document minimum turnover within the area this framework agreement applies to the last 2 financial years of NOK 15million. Sub area 4: Tenderers annually document minimum turnover within the area this framework agreement applies to the last two financial years of NOK 5million. This shall be done either by presenting accounting figures from two available annual accounts showing the tenderer's turnover. (Not required if the accounts key figures are in the credit rating). If the area that the tenderer sells goods/services is not excluded within the area, an account shall be given that the minimum requirement is met.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259072015.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 18/08/2025 07:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 18/08/2025 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 : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : The waiting period before the contract is signed is 10 days calculated from the day after the notification on the chosen tenderer has been sent, cf. the Public Procurement Regulations § 30-9.
Organisation providing more information on the review procedures : Forsvarsbygg -

5.1 Lot technical ID : LOT-0003

Title : R01733 Machine contractor services RENO Midt-Troms sub area 3 (Setermoen)
Description : Parallel framework agreements with the following call-off mechanisms: Direct call-offs to tenderers after ranking (waterfalls) up to NOK 2.4 million excluding VAT.
Internal identifier : 2024/6904

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45500000 Hire of construction and civil engineering machinery and equipment with operator

5.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information : Setermoen camp with surrounding areas. B-lanes, Karlstadskogen and Livelt. See also the price form - Annex 1.5 - Price form sub-contract III - Setermoen.

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2027

5.1.5 Value

Estimated value excluding VAT : 55 500 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Specific yearly turnover
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows: Minimum qualification requirements Sub-area 1: Tenderers shall annually document minimum turnover within the area this framework agreement applies to the last 2 financial years of NOK 15 million. Sub area 2: Tenderers annually document minimum turnover within the area this framework agreement applies to the last 2 financial years of NOK 25million. Sub-area 3: Tenderers shall annually document minimum turnover within the area this framework agreement applies to the last 2 financial years of NOK 15million. Sub area 4: Tenderers annually document minimum turnover within the area this framework agreement applies to the last two financial years of NOK 5million. This shall be done either by presenting accounting figures from two available annual accounts showing the tenderer's turnover. (Not required if the accounts key figures are in the credit rating). If the area that the tenderer sells goods/services is not excluded within the area, an account shall be given that the minimum requirement is met.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259072015.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 18/08/2025 07:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 18/08/2025 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 : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : The waiting period before the contract is signed is 10 days calculated from the day after the notification on the chosen tenderer has been sent, cf. the Public Procurement Regulations § 30-9.
Organisation providing more information on the review procedures : Forsvarsbygg -

5.1 Lot technical ID : LOT-0004

Title : R01804 Machine contractor services RENO Midt-Troms sub area 4 (Sørreisa)
Description : Framework agreement with one tenderer: • Area 4: Direct call-offs
Internal identifier : 2025/4191

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45500000 Hire of construction and civil engineering machinery and equipment with operator

5.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information : See the price form

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2027

5.1.5 Value

Estimated value excluding VAT : 24 000 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Specific yearly turnover
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows: Minimum qualification requirements Sub-area 1: Tenderers shall annually document minimum turnover within the area this framework agreement applies to the last 2 financial years of NOK 15 million. Sub area 2: Tenderers annually document minimum turnover within the area this framework agreement applies to the last 2 financial years of NOK 25million. Sub-area 3: Tenderers shall annually document minimum turnover within the area this framework agreement applies to the last 2 financial years of NOK 15million. Sub area 4: Tenderers annually document minimum turnover within the area this framework agreement applies to the last two financial years of NOK 5million. This shall be done either by presenting accounting figures from two available annual accounts showing the tenderer's turnover. (Not required if the accounts key figures are in the credit rating). If the area that the tenderer sells goods/services is not excluded within the area, an account shall be given that the minimum requirement is met.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259072015.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 18/08/2025 07:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 18/08/2025 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 : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : The waiting period before the contract is signed is 10 days calculated from the day after the notification on the chosen tenderer has been sent, cf. the Public Procurement Regulations § 30-9.
Organisation providing more information on the review procedures : Forsvaret -

8. Organisations

8.1 ORG-0001

Official name : Forsvarsbygg
Registration number : 975950662
Postal address : Grev Wedels plass 5
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Hanne Thomassen
Telephone : 98879345
Internet address : http://www.forsvarsbygg.no
Roles of this organisation :
Buyer
Group leader
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Forsvarsmateriell
Registration number : 916 075 855
Town : Lillehammer
Postcode : 2617
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Telephone : 23 09 30 03
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Forsvaret
Registration number : 986 105 174
Town : Oslo
Postcode : 0150
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Telephone : 23098000
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 576dd9f9-5dea-4142-a865-a33449a30d1c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/06/2025 13:39 +00:00
Notice dispatch date (eSender) : 13/06/2025 14:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00390002-2025
OJ S issue number : 114/2025
Publication date : 17/06/2025