The hire of a housing and construction rig E45 Kløfta Alta.

The Norwegian Public Roads Administration Project Finnmark is altering a new route for the E45 through Kløfta. There is, thus, a need for the hire of a complete construction barracks with office and residence barracks. Tenderers shall deliver a complete construction and housing rig ready for use, ready connected water, …

CPV: 44211100 Modulaire verplaatsbare bouwelementen, 44211110 Cabines, 45000000 Bouwwerkzaamheden, 45200000 Volledige of gedeeltelijke bouw- en civieltechnische werkzaamheden, 71500000 Diensten in verband met de bouw
Deadline:
8 augustus 2025 10:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
The hire of a housing and construction rig E45 Kløfta Alta.
Toekennende instantie:
Statens vegvesen
Gunningsnummer:
25/84939

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : The hire of a housing and construction rig E45 Kløfta Alta.
Description : The Norwegian Public Roads Administration Project Finnmark is altering a new route for the E45 through Kløfta. There is, thus, a need for the hire of a complete construction barracks with office and residence barracks. Tenderers shall deliver a complete construction and housing rig ready for use, ready connected water, sewage and electricity. Water, sewage and electricity/data cable are to be presented to the sites. Tenderers must state the desired location of the connection points on the attached situation plan. The situation plan with the desired placement must be enclosed with the tender. Tenderers shall design and deliver planning and cutting drawings with external infrastructure (stairs, ramps, ring walls, roof superstructures, svalgang etc.) as a part of the tender offer. Proposals for fixtures and equipment shall also be submitted internally, as well as the placement of technical installations such as ventilation installations, water heaters etc. The building shall be constructed in accordance with the relevant rules. The Planning and Building Act, Building Engineering Regulations (TEK 17), the Regulations on Fire Prevention and the Working Environment Act, are particularly mentioned. The hire of land is not included in the delivery.
Procedure identifier : 39d4f3bf-bb39-466c-893c-02ab11a49199
Internal identifier : 25/84939
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 ): 71500000 Construction-related services
Additional classification ( cpv ): 44211100 Modular and portable buildings
Additional classification ( cpv ): 44211110 Cabins
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work

2.1.2 Place of performance

Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 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 : The hire of a housing and construction rig E45 Kløfta Alta.
Description : The Norwegian Public Roads Administration Project Finnmark is altering a new route for the E45 through Kløfta. There is, thus, a need for the hire of a complete construction barracks with office and residence barracks. Tenderers shall deliver a complete construction and housing rig ready for use, ready connected water, sewage and electricity. Water, sewage and electricity/data cable are to be presented to the sites. Tenderers must state the desired location of the connection points on the attached situation plan. The situation plan with the desired placement must be enclosed with the tender. Tenderers shall design and deliver planning and cutting drawings with external infrastructure (stairs, ramps, ring walls, roof superstructures, svalgang etc.) as a part of the tender offer. Proposals for fixtures and equipment shall also be submitted internally, as well as the placement of technical installations such as ventilation installations, water heaters etc. The building shall be constructed in accordance with the relevant rules. The Planning and Building Act, Building Engineering Regulations (TEK 17), the Regulations on Fire Prevention and the Working Environment Act, are particularly mentioned. The hire of land is not included in the delivery.
Internal identifier : 25/84939

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 44211100 Modular and portable buildings
Additional classification ( cpv ): 44211110 Cabins
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work

5.1.2 Place of performance

Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 11 Month

5.1.4 Renewal

Maximum renewals : 4
Other information about renewals : 4 options a 6 months

5.1.5 Value

Estimated value excluding VAT : 15 000 000 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 : Authorisation or membership of a particular organisation needed for service contracts
Description : Error in Heading should be ESPD. Tenderers shall submit the European Self-Declaration Form (ESPD) together with the request to participate in the competition or together with the tender.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Error in the heading, correct should be: Compliance with the Sanctions Regulations of Ukraine According to the regulation on restrictive measures regarding actions that undermine or threaten Ukraine's territorial integrity, sovereignty, independence and stability (The Sanctions Regulations of Ukraine (territorial integrity etc.)) § 8n, it is forbidden to award, or continue the implementation of public contracts above the EEA threshold value of, and with, Russian actors. Tenderers shall not be a unit that is under the ban in the Sanctions Regulations of Ukraine (territorial integrity etc.) § 8n.
Criterion : Other economic or financial requirements
Description : Error in the header: shall be a tax certificate. Tenderers shall have their tax, payroll tax and VAT payments in order. Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall, upon request by the Contracting Authority, present a tax and VAT certificate issued by a competent body in the tenderer's home country or the country where the tenderer is established. The certificate shall show whether the tenderer has fulfilled his obligations to pay taxes, duties and social security contributions. The certificate shall not be older than six months from the tender deadline. If a request for participation in the competition is to be submitted, the certificate must not be older than six months calculated from the deadline for submitting the enquiry.
Criterion : Other economic or financial requirements
Description : The header error shall be: Extended tax certificate: As a part of the Norwegian Public Roads Administration's struggle against labour crime, including black work and social dumping, a cooperation agreement has been signed between the Norwegian Public Roads Administration and the Norwegian Tax Administration. In connection with this, the Norwegian Public Roads Administration requires a signed authority for all of its suppliers, which gives the Norwegian Public Roads Administration an expanded right to an unlimited number of times to obtain information about the tax and sub-contractor's tax and duty conditions, as stated in the authority. The permission shall be signed by the winning tenderer after the award of contract letter has been received, but before the contract is signed. The permission is to be sent to the winning tenderer together with the award letter. Signed authority together with a colour copy of a passport, bank card, driving licence or national ID card (the latter for citizens within the EU/EEA/EFTA), shall be returned to the contracting authority as soon as possible and within 3 business days. The date of birth can be deleted on a copy of the ID documentation, so that only the date of birth is given. Please note that the signed authority requirement also applies for all of the main service provider's sub-suppliers. The main service provider shall fulfil the contractual obligation downwards in the supplier chain. Prior to signing the contract, however, only signed authority is required from the main supplier, unless the sub-contractor is used to fulfil a qualification requirement in the competition. If so, the signed authority must be presented from both the main supplier and the sub-supplier. However, signed authority from other sub-suppliers must be delivered and approved by the contracting authority before they can be used in the contract. The contracting authority draws attention to the fact that it may be necessary to reject the tenderer and any sub-suppliers who in the award letter are chosen as the winner of the competition, if, after the award, but prior to signing the contract, information will be received from the Norwegian Tax Administration regarding non fulfilment of tax and duty obligations etc. The award cannot, therefore, be considered final until there is an assessment of the obtained information that does not change the contracting authority ́s award decision. Emphasis is put on the fact that if there is no signed authority from the main supplier and any sub-suppliers used in the qualification, this could be seen as a significant reservation to the contract which can lead to both the main supplier and any sub-suppliers being rejected from the competition.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : The header error should be a tender letter: Tenderers shall submit a tender letter, cf. the template for a tender letter that is attached to this tender documentation.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Error in the header, error correct should be: legally established company. The tenderer shall be a legally established company. Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall present the following documentation proof if requested by the contracting authority: • Norwegian tenderers: Company Registration Certificate. • Foreign tenderers: Documentation proving that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : error in header: The tenderer shall have a specific authorisation. Approval for the erection of barracks, the right to be responsible from the municipality or central certification. Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall present further documentation proof upon request from the Contracting Authority.
Criterion : Other economic or financial requirements
Description : error in the header: shall be the Requirement of the tenderer's economic and financial capacity. Tenderers must have sufficient financial capacity to fulfil the contract. Creditworthiness will be sufficient to meet the requirement. The contracting authority will obtain a credit rating from Experian. If there is doubt, the Contracting Authority can obtain further information from the tenderer.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. 1. Tenderers shall have an equity percentage of at least 10%. 2. The tenderer's annual average turnover for the last three years shall be at least NOK 20 million per annum. The contracting authority will obtain a credit rating from Experian. If there is doubt, the contracting authority can obtain further information from the tenderer.
Criterion : Relevant educational and professional qualifications
Description : errors in the header should be: Tenderers shall have relevant experience. The following central works/areas are particularly relevant: -Set up of barracks that are comparable with the system in the requirement specifications. Tenderers shall confirm that they fulfil this requirement when submitting their tender. : - An overview of at least 3 (maximum 5) of the most important, relevant work carried out in the last 5 years, including a short description of the assignment, the name of the public or private recipient, as well as information on value/amount/scope and date. A tenderer who is newly established and cannot submit references, must be particularly careful to document and substantiate that they still have the prerequisites required to carry out the assignment. Newly established tenderers can document that the requirement is fulfilled by referring to experience that the offered persons/resources have built up in the service of others than the tenderer.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Tenderers shall have a well-functioning environmental management system that is based on recognised environmental management standards. Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall present the following documentation proof if requested by the contracting authority: - Certificate issued by an independent body that documents that the tenderer is certified in accordance with ISO 14001 (2015), EMAS, Miljøfyrtårn or equivalent certificates issued by bodies in other EEA states. Other documentation for equivalent environmental management measures will be accepted if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested environment systems or standards.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Error in heading should be: Support from other entities and participation in communities Tenderers can, if necessary, rely on other companies' capacity to fulfil the requirements for economic and financial capacity and/or the requirements(s) for technical and professional qualifications. Tenderers shall confirm that they fulfil this requirement when submitting their tender. In addition, each individual entity that the Tenderer will use to submit a separate ESPD form when submitting a tender. Tenderers shall, upon request from the Contracting Authority, present the following documentation proof: • If the tenderer will use the capacity of other companies to fulfil the requirements(s) for economic and financial capacity, a declaration of joint and several liability to the contracting authority must be enclosed. • If the tenderer will use the capacity of other companies to fulfil the requirements(s) for technical and professional qualifications, each company shall submit a commitment statement or equivalent which documents access to the necessary resources. The commitment statement shall state which disciplines are available. Tenderers are encouraged to use a template for a commitment statement that is attached to this tender documentation. If a tenderer will use the capacity of other companies to fulfil the requirements of relevant experience, these entities shall carry out the services or the building and construction work that requires such qualifications.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Error in header. Several tenderers can participate in the competition jointly. The community must see to the necessary documentation that all the qualification requirements are met. Tenderers who participate in a working partnership will be assessed collectively for the qualification requirements of economic and financial capacity and the tenderer shall confirm that they fulfil this requirement when submitting their tender. In addition each individual entity in the (work) group shall submit separate ESPD forms when submitting a tender. Tenderers shall, upon request from the Contracting Authority, present the following documentation proof: • An account of the (work) community, including the role of each participant. • Each individual entity in the (work) group shall submit a tax certificate. • In order for the working partnership to be assessed collectively, commitment statements or equivalent must be presented between the tenderers who will use the capacity of other participants in the group. • Declaration of joint and several liability to the contracting authority. If a tenderer will use the capacity of other companies to fulfil the requirements of relevant experience, these entities shall carry out the services or the building and construction work that requires such qualifications. technical and professional qualifications

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price 60%
Description : Tenderers shall enclose a completed price form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : climate environment
Description : Percentage of used modules offered by the total offered rigs
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : competence and experience
Description : The contracting authority will evaluate the offered personnel ́s relevant formal competence and experience. Particular emphasis will be put on the offered personnel having experience from and knowledge on setting up a rig. The assessment will be carried out on the project manager and BAS (on-site work manager) that is offered.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Assignment comprehension
Description : The contracting authority will evaluate the tenderer's understanding of the need/assignment and the description of how the tenderer will proceed to solve the assignment. -Progress plan that takes assembly in winter and weather into consideration. -HSE plan -Operation and maintenance of a barracks.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Justification for not weighting the environment 30 % in this procurement:
Description : The background for this is the exclusion provisions in the Public Procurement Regulations §7-9 fourth section. (4) Several concrete requirements have been used for the building and contract requirements in the procurement. This means that the requirements must be met and ensure better climate and environmental effect. This ensures a long lifetime and the choice of materials with low greenhouse gas emissions, are listed as two of the most important climate and environmental impacts in accordance with DFØ. Guidelines for rules on climate and environmental considerations in public procurements. The contracting authority carries out the ground work itself, and there remain few relevant environmental requirements that can be used as award criteria in the procurement based on the object that shall be rented and the area where it shall be placed. The requirement specifications as well as the contract requirements that have been set, are assessed to give a better climate and environmental effect than by weighting the environment 30%. It has been considered that the effect of setting these requirements for the system gives a better effect than a possible achievement if they were used as the award requirement. Since in the latter case it will be possible to submit a winning tender that less fulfils the requirements, and thus does not have as good an effect on climate and the environment as if we had demanded that the requirements were met. It is possible to offer used modules/barracks that fulfil the other requirements set in the competition, the contracting authority encourages tenderers to offer this by rewarding this with 10% of the award criteria if possible.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
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

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
Deadline for receipt of tenders : 08/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 151025 Day
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 : In accordance with the regulations
Organisation providing more information on the review procedures : Statens vegvesen -

8. Organisations

8.1 ORG-0001

Official name : Statens vegvesen
Registration number : 971032081
Department : Fellesfunksjoner
Postal address : Skoggata 19
Town : Moss
Postcode : 1500
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Mats Stenshagen Noreng
Telephone : +93 408798
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 48086092-5d8c-4de0-90f6-b3f28e37762d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/06/2025 19:04 +00:00
Notice dispatch date (eSender) : 13/06/2025 19:53 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00391464-2025
OJ S issue number : 114/2025
Publication date : 17/06/2025