Charging stations for chargeable motor vehicles and a back system.

The Contracting Authority needs the establishment and operation of a charging system for chargeable motor vehicles. The system shall include normal, quick and lightning chargers for chargeable motor vehicles that the tenderer establishes at different locations and the back system for the charging posts. The contracting authority ́s existing chargers …

CPV: 31158000 Laders, 31158100 Acculaders, 31681500 Oplaadtoestellen, 31682000 Elektriciteitsbenodigdheden, 45231400 Bouwwerkzaamheden voor hoogspanningsleidingen, 45310000 Aanleg van elektriciteit, 45315300 Elektriciteitsvoorzieningsinstallaties, 45317000 Overige elektrische installatiewerkzaamheden, 48000000 Software en informatiesystemen, 50532000 Reparatie en onderhoud van elektrische machines, apparatuur en aanverwante uitrusting, 72260000 Diensten in verband met software, 72267000 Onderhouds- en reparatiediensten voor software
Plaats van uitvoering:
Charging stations for chargeable motor vehicles and a back system.
Toekennende instantie:
Trondheim kommune
Gunningsnummer:
2023/21698

1. Buyer

1.1 Buyer

Official name : Trondheim kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Bakklandet Menighets Omsorgsenter
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

1.1 Buyer

Official name : Trondhjems Hospital
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

1.1 Buyer

Official name : Kystad helse- og velferdssenter
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Charging stations for chargeable motor vehicles and a back system.
Description : The Contracting Authority needs the establishment and operation of a charging system for chargeable motor vehicles. The system shall include normal, quick and lightning chargers for chargeable motor vehicles that the tenderer establishes at different locations and the back system for the charging posts. The contracting authority ́s existing chargers shall also be connected to the back system and operated via the contract. Considering that the framework agreement for the establishment (SSA-R) and the procurement agreement on the back system and the operation/maintenance of established chargers have different lengths, it may also be necessary to connect chargers established by another supplier to the back system. The contract is for the following: Framework agreement (SSA-R and SSA-K) for the establishment of charging stations at new locations. This includes i.a.: Engineering design services and project management Procurement, installation and connection of equipment, including excavation, facilitating electricity, cabling, foundations etc. Test and approval of the connected equipment against the back system Procurement Contract (SSA-L) on the back system, operation, monitoring and support of connected chargers, including the interaction between the chargers and the back system, and supplementary procurement of equipment. Option for the purchase of charging chips.  See the requirement description in Annex 1 - the Contracting Authority ́s requirement specifications. Also refer to the contract and annex documents for further details, as well as information added directly to the Mercell portal, including the award criteria.
Procedure identifier : 0ea6e48d-64ce-41f6-99b3-ecb58cc6a40d
Internal identifier : 2023/21698
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : See the requirement description in Annex 1 - the Contracting Authority ́s requirement specifications. Also refer to the contract and annex documents for further details, as well as information added directly to the Mercell portal, including the award criteria.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services, Works
Main classification ( cpv ): 31681500 Rechargers
Additional classification ( cpv ): 31158000 Chargers
Additional classification ( cpv ): 31158100 Battery chargers
Additional classification ( cpv ): 31682000 Electricity supplies
Additional classification ( cpv ): 45231400 Construction work for electricity power lines
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45315300 Electricity supply installations
Additional classification ( cpv ): 45317000 Other electrical installation work
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72267000 Software maintenance and repair services

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement Regulations

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 : Charging stations for chargeable motor vehicles and a back system.
Description : The Contracting Authority needs the establishment and operation of a charging system for chargeable motor vehicles. The system shall include normal, quick and lightning chargers for chargeable motor vehicles that the tenderer establishes at different locations and the back system for the charging posts. The contracting authority ́s existing chargers shall also be connected to the back system and operated via the contract. Considering that the framework agreement for the establishment (SSA-R) and the procurement agreement on the back system and the operation/maintenance of established chargers have different lengths, it may also be necessary to connect chargers established by another supplier to the back system. The contract is for the following: Framework agreement (SSA-R and SSA-K) for the establishment of charging stations at new locations. This includes i.a.: Engineering design services and project management Procurement, installation and connection of equipment, including excavation, facilitating electricity, cabling, foundations etc. Test and approval of the connected equipment against the back system Procurement Contract (SSA-L) on the back system, operation, monitoring and support of connected chargers, including the interaction between the chargers and the back system, and supplementary procurement of equipment. Option for the purchase of charging chips.  See the requirement description in Annex 1 - the Contracting Authority ́s requirement specifications. Also refer to the contract and annex documents for further details, as well as information added directly to the Mercell portal, including the award criteria.
Internal identifier : 2023/21698

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services, Works
Main classification ( cpv ): 31681500 Rechargers
Additional classification ( cpv ): 31158000 Chargers
Additional classification ( cpv ): 31158100 Battery chargers
Additional classification ( cpv ): 31682000 Electricity supplies
Additional classification ( cpv ): 45231400 Construction work for electricity power lines
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45315300 Electricity supply installations
Additional classification ( cpv ): 45317000 Other electrical installation work
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72267000 Software maintenance and repair services
Options :
Description of the options : Option for an extension of the framework agreement (SSA-R) for up to a further 6 years, total maximum length of 8 years. Option for the procurement of charging chips (SSA-L).

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Information about previous notices :
Identifier of the previous notice : 272161-2025
Identifier of the part of the previous notice : PAR-0000

5.1.7 Strategic procurement

Green Procurement Criteria : Other Green Public Procurement criteria

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: The tenderer shall be a legally established company. Documented by a Company Registration Certificate or equivalent.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 20
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: The tenderer shall have sufficient economic and financial capacity to carry out the assignment - the tenderer shall be credit worthy. Credit worthy with security is not accepted. Documentation requirement: Credit rating of the tenderer, not older than six months calculated from the deadline for receipt of tenders. The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. Newly established tenderers must document the financial capacity to fulfil the assignment by other documentation, such as accounting figures and a bank guarantee.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 20
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: Tenderers shall have experience from similar contracts. Newly established tenderers are sufficient to have experience from similar assignments for the offered key personnel. Documentation requirement: An overview of the most important goods deliveries or services that the tenderer has carried out in the last three years, together with information on the contract ́s value, date of delivery or execution and the name of the recipient.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 20
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements Tenderers shall have a management system for information security connected to the offered system based on ISO/IEC 27001 or equivalently recognised standard for information security. Documentation: Valid certificate of certification. Alternatively: A description of the control system with an indication of how the system is similar to ISO 27001 and how it differs from ISO 27001.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 20
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Requirement: Tenderers shall have a system and routines for reducing the most important environmental impact from their activities and shall use environmental management measures throughout the contract period. Therefore it is a requirement that the company has an environmental management system, such as Miljøfyrtårn, EMAS, ISO 14001 or equivalent. If the entire company is environmentally labelled with a type 1 environmental label, such as the Swan Ecolabel or equivalent, this is also approved. Documentation: Tenderers shall complete the attached Environmental Self-Declaration, as well as enclose a certificate of environmental management system.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 20
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 20
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall state prices in annex 3 - Price form, sheet 2 - Priscase SSA-R and sheet 3 - Priscase SSA-L. See the price settlements in annex 5 in SSA-R, annex 6 in SSA-K and Annex 7 in SSA-L. The prices shall be stated in NOK excluding VAT. The tender price in sheet 1 Tender Price to Mercell is entered in this criteria in Mercellportalen and it will be used for evaluation in the price criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Cost
Name : Mark-up - Products with mark-up (SSA-R)
Description : Tenderers shall, in annex 3 - Price Form, sheet 1 - Tender price to Mercell, state the mark-up on the procurement price for products with mark-up (products the Contracting Authority chooses to purchase, cf. annex 7 in SSA-R).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 4
Criterion :
Type : Cost
Name : Mark-up - Spare parts and components
Description : Tenderers shall, in annex 3 - Price form, sheet 1 - Price case, state mark-up on the procurement price for spare parts and components, cf. annex 6 in SSA-L.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 6
Criterion :
Type : Quality
Name : Quality
Description : 1. Fulfilment of evaluation requirements: Tenderers shall fill in Annex 2 - The tenderer ́s response to the requirement specifications. Weighted 40 % 2. User friendliness back system: Tenderers shall set up a test environment/ trial access to the back system. The test environment shall be representative of the offered system. Tenderers shall state in what way the test environment may be different from the offered system. The contracting authority will assess the perceived user friendliness in the system and for any functions in accordance with the requirements in the requirement specifications, which are useful for the Contracting Authority. Weighted 20 % 3. Plan for implementation of a back system (SSA-L): Tenderers shall make a provisional plan for implementation. The milestone plan in annex 13 shall be used. The plan is a starting point and deviation from this can be agreed to. Growth rate 10 % 4. Service level contract (SSA-L): Tenderers shall state a Service level contract for the contract ́s systems and services. The service level agreement shall as a minimum contain information on: - the offered running time (if the offered running time is more than the minimum requirement). - contact information and running time for the service desk. - escalation based on consequence. - standardised compensations. Weighted 20 % 5. Development: Tenderers shall state how the Tenderer will work to develop the system, both to contribute to innovation and new functionality and new systems for both the charging poles and the back system. Tenderers shall enclose their road map for which concrete developments are planned for the next 2 years. Weighted 10 % Evaluation requirement: A score will be given on each evaluation requirement on the following scale: 0 - Not answered or does not meet the need/function 1 - Very low need satisfaction 2 - Low demand satisfaction 3 - Moderately good needs satisfaction 4 - In accordance with the desired quality/ functionality 5 - Very good needs satisfaction In cases where the contracting authority assesses that the response is between 2 levels, the score between them can be used. The score of each evaluation requirement will be multiplied by an internal weighting on any subpoints and summed to a total sum. Evaluation of other elements: The contracting authority will make a judgemental overall assessment of the response and give the response a score of the response based on the scale stated on the oughts requirements. Score on the criterion The contracting authority will multiply the score for each of the other elements with the weighting of the factor and sum up these to a total score for the criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Assignment comprehension
Description : Tenderers shall submit the following: - Plan for the project for the establishment of charging stations (SSA-R/SSA-K). The plan shall be filled in for an intended establishment project for the establishment of 1 Lynlader 150kW two call-offs. The plan shall be a template for a later establishment project. - Name of a gender neutral preferred at customers who previously had similar establishment projects delivered. If this is stated in the reply to the qualification requirement of experience, this is sufficient. The contracting authority reserves the right to obtain references from previous establishment projects. The contracting authority will make a judgemental assessment of the responses. Tenderers who show the best understanding of the assignment will get a maximum score.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
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
Address of the procurement documents : https://permalink.mercell.com/257856871.aspx
Ad hoc communication channel :
Name : Mercell KGV. Kontakt Mercell support for brukerstøtte.

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 04/07/2025 10:00 +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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett -
Information about review deadlines : See the tender documentation.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Trøndelag tingrett -
Organisation providing additional information about the procurement procedure : Trondheim kommune -
Organisation providing offline access to the procurement documents : Trondheim kommune -
Organisation receiving requests to participate : Trondheim kommune -
Organisation processing tenders : Trondheim kommune -

8. Organisations

8.1 ORG-0001

Official name : Trondheim kommune
Registration number : 942110464
Postal address : Erling Skakkes gate 14
Town : TRONDHEIM
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Kåre Sagmo-Søvde
Telephone : +47 72540000
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73542400
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

8.1 ORG-0003

Official name : Bakklandet Menighets Omsorgsenter
Registration number : 970161414
Town : TRONDHEIM
Postcode : 7015
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72544500
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Trondhjems Hospital
Registration number : 938658374
Town : TRONDHEIM
Postcode : 7015
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72544200
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Kystad helse- og velferdssenter
Registration number : 875383922
Town : TRONDHEIM
Postcode : 7015
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72545520
Roles of this organisation :
Buyer
Notice information
Notice identifier/version : b24079c5-f38d-4089-93fb-c1c56fefaeb0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/06/2025 13:58 +00:00
Notice dispatch date (eSender) : 02/06/2025 14:27 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00359134-2025
OJ S issue number : 106/2025
Publication date : 04/06/2025