Printout, copy and scan as a service (Print as a Service) for eight municipalities in Telemark.

The contracting authority intends to enter into a contract for continuous procurement of printouts, copies and scans ("Print as a Service") as a service for eight municipalities in Telemark (Kviteseid, Nissedal, Nome, Midt-Telemark, Vinje, Seljord, Tokke and Fyresdal). The contracting authority intends to enter into a contract for continuous procurement …

CPV: 79521000 Serviços de fotocópia, 30000000 Máquinas, equipamento e material de escritório e de informática, excepto mobiliário e pacotes de programas (software), 30100000 Máquinas, equipamento e material de escritório, excepto computadores, impressoras e mobiliário, 30120000 Equipamento para fotocópia e impressão em offset, 30121200 Equipamento para fotocópia, 30124500 Acessórios para equipamento de varrimento (scanner), 30125000 Peças e acessórios para fotocopiadoras, 30125120 Tóner para fotocopiadoras, 30190000 Equipamento e material de escritório diverso, 30200000 Equipamento e material informático, 30230000 Equipamento informático, 30232000 Equipamento periférico, 30232100 Impressoras e traçadores de gráficos, 30232130 Impressoras de gráficos a cores, 48311000 Pacote de software para gestão de documentos, 48318000 Pacote de software para digitalizador (scanner), 48773000 Pacote de software para utilitário de impressão, 48900000 Pacote de software e sistemas informáticos diversos, 51000000 Serviços de instalação (excepto software), 51610000 Serviços de instalação de computadores e equipamento para processamento da informação, 72000000 Serviços de TI: consultoria, desenvolvimento de software, Internet e apoio, 72200000 Serviços de consultoria e de programação de software, 72210000 Serviços de programação de pacotes de software, 72212000 Serviços de programação de software de aplicação, 72212311 Serviços de desenvolvimento de software para gestão de documentos, 72212318 Serviços de desenvolvimento de software para digitalizador (scanner), 72212771 Serviços de desenvolvimento de software para utilitário geral, 72212772 Serviços de desenvolvimento de software para utilitário de impressão, 72300000 Serviços relacionados com dados, 75000000 Serviços relacionados com a administração pública, a defesa e a segurança social, 75100000 Serviços relacionados com a administração pública, 75110000 Serviços públicos gerais, 75112000 Serviços administrativos relacionados com actividades comerciais, 79000000 Serviços a empresas: direito, comercialização, consultoria, recrutamento, impressão e segurança, 79900000 Serviços empresariais diversos e afins, 79999000 Serviços de análise (scanning) e facturação (invoicing), 79999100 Serviços de análise (scanning)
Prazo:
31 de Outubro de 2025 às 11:00
Tipo de prazo:
Submissão da oferta
Local de execução:
Printout, copy and scan as a service (Print as a Service) for eight municipalities in Telemark.
Local de premiação:
Midt-Telemark kommune
Número do prémio:
25/6746

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Printout, copy and scan as a service (Print as a Service) for eight municipalities in Telemark.
Description : The contracting authority intends to enter into a contract for continuous procurement of printouts, copies and scans ("Print as a Service") as a service for eight municipalities in Telemark (Kviteseid, Nissedal, Nome, Midt-Telemark, Vinje, Seljord, Tokke and Fyresdal).
Procedure identifier : 7d06363d-73a9-42cd-a4c7-ca1e760b05a6
Internal identifier : 25/6746
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The contracting authority would like to enter into a contract with a tenderer who shall take on total responsibility for covering the contracting authority ́s need for a modern, user friendly and secure system for printing, copying and scanning. The system shall cover all administrative processes for the product area. The service shall as a main rule be provided as a cloud based system, except for some secure zones where local installation is required, for example areas connected to patient registration and other sensitive information. The delivery shall be a comprehensive service that includes all the necessary services, software and equipment to cover the contracting authority ́s needs, as described in the tender documentation and annexes.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79521000 Photocopying services
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30100000 Office machinery, equipment and supplies except computers, printers and furniture
Additional classification ( cpv ): 30120000 Photocopying and offset printing equipment
Additional classification ( cpv ): 30121200 Photocopying equipment
Additional classification ( cpv ): 30124500 Scanner accessories
Additional classification ( cpv ): 30125000 Parts and accessories of photocopying apparatus
Additional classification ( cpv ): 30125120 Toner for photocopiers
Additional classification ( cpv ): 30190000 Various office equipment and supplies
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30232000 Peripheral equipment
Additional classification ( cpv ): 30232100 Printers and plotters
Additional classification ( cpv ): 30232130 Colour graphics printers
Additional classification ( cpv ): 48311000 Document management software package
Additional classification ( cpv ): 48318000 Scanner software package
Additional classification ( cpv ): 48773000 Print utility software package
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51610000 Installation services of computers and information-processing equipment
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72210000 Programming services of packaged software products
Additional classification ( cpv ): 72212000 Programming services of application software
Additional classification ( cpv ): 72212311 Document management software development services
Additional classification ( cpv ): 72212318 Scanner software development services
Additional classification ( cpv ): 72212771 General utility software development services
Additional classification ( cpv ): 72212772 Print utility software development services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 75000000 Administration, defence and social security services
Additional classification ( cpv ): 75100000 Administration services
Additional classification ( cpv ): 75110000 General public services
Additional classification ( cpv ): 75112000 Administrative services for business operations
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79900000 Miscellaneous business and business-related services
Additional classification ( cpv ): 79999000 Scanning and invoicing services
Additional classification ( cpv ): 79999100 Scanning services

2.1.2 Place of performance

Postal address : Bøgata 67
Town : Bø i Telemark
Postcode : 3800
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 33 213 095 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The competition will be held as an open tender contest in accordance with the Public Procurement Regulation part III, pursuant to § 13-1. The service concerns Print as a Service for eight municipalities in Telemark.

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?
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 : Printout, copy and scan as a service (Print as a Service) for eight municipalities in Telemark.
Description : The contracting authority intends to enter into a contract for continuous procurement of printouts, copies and scans ("Print as a Service") as a service for eight municipalities in Telemark (Kviteseid, Nissedal, Nome, Midt-Telemark, Vinje, Seljord, Tokke and Fyresdal).
Internal identifier : 25/6746

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79521000 Photocopying services
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30100000 Office machinery, equipment and supplies except computers, printers and furniture
Additional classification ( cpv ): 30120000 Photocopying and offset printing equipment
Additional classification ( cpv ): 30121200 Photocopying equipment
Additional classification ( cpv ): 30124500 Scanner accessories
Additional classification ( cpv ): 30125000 Parts and accessories of photocopying apparatus
Additional classification ( cpv ): 30125120 Toner for photocopiers
Additional classification ( cpv ): 30190000 Various office equipment and supplies
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30232000 Peripheral equipment
Additional classification ( cpv ): 30232100 Printers and plotters
Additional classification ( cpv ): 30232130 Colour graphics printers
Additional classification ( cpv ): 48311000 Document management software package
Additional classification ( cpv ): 48318000 Scanner software package
Additional classification ( cpv ): 48773000 Print utility software package
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51610000 Installation services of computers and information-processing equipment
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72210000 Programming services of packaged software products
Additional classification ( cpv ): 72212000 Programming services of application software
Additional classification ( cpv ): 72212311 Document management software development services
Additional classification ( cpv ): 72212318 Scanner software development services
Additional classification ( cpv ): 72212771 General utility software development services
Additional classification ( cpv ): 72212772 Print utility software development services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 75000000 Administration, defence and social security services
Additional classification ( cpv ): 75100000 Administration services
Additional classification ( cpv ): 75110000 General public services
Additional classification ( cpv ): 75112000 Administrative services for business operations
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79900000 Miscellaneous business and business-related services
Additional classification ( cpv ): 79999000 Scanning and invoicing services
Additional classification ( cpv ): 79999100 Scanning services
Options :
Description of the options : Option 1: Nissedal municipality owns its own multi-function machines and will continue to use these machines. The contracting authority shall have the option to procure new multi-function machines if there is a need for replacement. Furthermore, the municipality will be able to enter into a contract for the provision of services described in the tender documentation and price form (annex 2), but with the possibility to choose which services are relevant for their needs. This may include, but is not limited to: • Servicing • Card reader system • Security services •Licenses •Software •Extras • Moving machines • Installation of machines The tenderer shall offer these services as separate modules, so that the municipality can adapt the contract according to their own needs. Option 2: The contracting authority would like the facsimile function/service offered as an option in this competition. Facsimiles are not required to be integrated in any of the six types of machines requested in Annex 2 - Price Form. Tenderers are free to offer faxes, either: • as an integrated function in one or more of the machines, or • as a separate, free-standing unit. The prices for the facsimile function are stated in Annex 2 - Price Form under the tab "Option 2". The contracting authority reserves the right to procure a facsimile function/service outside this agreement if it is found to be more cost effective. Tenderers are not required to offer a fax function, and this will not be included in the evaluation of the tender.

5.1.2 Place of performance

Postal address : Bøgata 67
Town : Bø i Telemark
Postcode : 3800
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2033

5.1.4 Renewal

Maximum renewals : 4
Other information about renewals : The contract period is 4 years and the possibility for an extension for 1 year + 1 year + 1 year + 1 year.

5.1.5 Value

Estimated value excluding VAT : 33 213 095 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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall fill in Annex 2 - Price Form. All the stated prices shall cover all the requirements for machines and the complete system, including necessary services and additional costs, as specified in the tender documentation. If there are costs connected to the completed and delivered system that are not included in the price form, these costs should be clearly described and specified in the tender. If this has not been done, such costs will be seen as included in the stated prices. The stated prices shall as a minimum cover the following: • The costs of the machines, including all additional functions. • Software, licences, card system, security services, operation, service, support, toners, consumables, maintenance and management. • Monitoring and reporting, as well as any additional services. • Installation, freight and delivery of machines, equipment, toners and consumables. • Any other cost elements stated in the price form and tender documents. The evaluation is based on "Total tender price per annum" in the price form. The scoring will emphasise the total price as a whole and the lowest price will achieve the highest score. A scale from 0 to 100 points will be used for evaluating the price, where the lowest price is given a maximum of 100 points. Other tenders will be awarded points based on a relative price difference calculated according to the following formula: (lowest price/tender price) x maximum points (100 points). The maximum score that can be achieved is 30 points.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : The evaluation will be carried out so that the best tender, assessed in accordance with an overall and documented assessment based on the contracting authority ́s procurement discretion, will be given the highest score. Other tenders will be awarded points after relative deviations from the best tenders. The criterium consists of four assessment points, all of which are weighted equally. Each point can give up to 10 points and the maximum score for the award criterion is 40 points. The response to the award criteria 2 shall be delivered as a separate document in PDF format. 1. Security Systems Emphasis will be put on the degree to which the offered system has a robust security architecture and how well it is capable of preventing, detecting and handling security-threatened events and digital attacks. The response shall be brief and shall not exceed 500 words. 2. Description of the tenderer's system within licences, software and product portfolio. Tenderers shall describe the offered solution within the following areas for this contract, cf. lines 9 and 10 in the price form (see the tab "Price Form"). •Licenses •Software The description shall account for how the systems function and how they are adapted to the contracting authority ́s needs. A product portfolio shall also be described for support systems and security systems that the tenderer can deliver. This shall include both included and not included systems in the delivery. If there are integrations with 3rd pairs that the tenderer would like to promote, it is possible here. The response shall not exceed 1000 words. 3. Follow-me system Tenderers shall describe their system for Follow-me functionality, including how it supports secure and flexible print management for different user groups. The description shall as a minimum include: • How the system ensures authentication and secure access to printing, including what methods are used (e.g. cards or PIN). • How the system handles print management, including handling queues, releasing documents and user experience. • The system's user friendliness, including how it is adapted to different user groups and needs (e.g. pupils, employees, administration). • The system's scalability and flexibility in the contract period, including support for future needs, changes in infrastructure and any integration with existing systems. The response shall be brief and shall not exceed 500 words. 4. Customer Service Access to a well-functioning support and service network is a requirement. The tenderer who offers the most responsive, structured and efficient customer service solution will achieve the highest score. This will particularly be awarded if the tenderer: • Describes how short response time and high availability are ensured, for example, through staffing, digital systems, opening hours and established routines for enquiries. • Have a clear organisation of support services, including contact points, division of responsibility and routines for escalating cases that cannot be immediately solved. • Shows a proactive approach to problem solving and follow-up, including how the service provider works to prevent repeated errors and improve the service over time. • Provide customer service as an advisory partner, who contribute with insight, improvement proposals and support for the Contracting Authority throughout the entire contract period. The response shall be brief and shall not exceed 500 words.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Environment
Description : The Contracting Authority will assess how the tenderer can contribute to reducing climate and environmental impact through circular and sustainable systems connected to this procurement. The response shall be concise and concrete (maximum 800 words). It should contain, but is not limited to, the following points: • Lifetime extension: A description of concrete measures that the tenderer offers to extend the lifetime of multifunction machines, including maintenance, service schemes, access to spare parts and technical systems that reduce the need for replacement. • Need analysis and optimisation: An account of how the tenderer carries out needs analyses and makes recommendations to the municipalities to reduce the number of machines and ensure that the delivered machines are adapted to the actual need and usage pattern. • Recycling and re-use of: Description of how the tenderer handles machines and components at the end of their lifetime, including routines for recycling, reuse and environmentally friendly disposal. The responses will be judgementally assessed and compared between the tenderers. The best reply will be awarded 30 points and other tenders will get points relative based on relative deviations from the best tender. Several tenderers can get the same points if the responses are assessed as equal. The response to award criteria 3 shall be delivered as a separate document in PDF format.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 21/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266813884.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 31/10/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 31/10/2025 11:10 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : 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 : Telemark Tingrett Notodden
Information about review deadlines : See the procurement regulations regarding appeals. The waiting period is ten days.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Telemark Tingrett Notodden
Organisation providing additional information about the procurement procedure : Midt-Telemark kommune
Organisation providing offline access to the procurement documents : Midt-Telemark kommune
Organisation receiving requests to participate : Midt-Telemark kommune
Organisation processing tenders : Midt-Telemark kommune

8. Organisations

8.1 ORG-0001

Official name : Midt-Telemark kommune
Registration number : 920297293
Postal address : Bøgata 67,
Town : BØ I TELEMARK
Postcode : 3833
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Contact point : Anne Birgit Tresland
Telephone : +47 35059000
Fax : +47 35059009
Roles of this organisation :
Buyer
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 : Telemark Tingrett Notodden
Registration number : 926723545
Department : Notodden
Postal address : Storgata 66
Town : Notodden
Postcode : 3674
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Telephone : 35122820
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

Notice information

Notice identifier/version : 2b55fd33-3efd-4545-94fa-077999b05354 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/10/2025 09:12 +00:00
Notice dispatch date (eSender) : 01/10/2025 09:22 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00643325-2025
OJ S issue number : 189/2025
Publication date : 02/10/2025