Procurement - Vehicle as service 2025

Objective: The municipality shall through this procurement ensure a comprehensive car sharing service with high accessibility, simple user friendliness and good integration with existing municipal systems. The system shall support the municipality ́s employees during working hours, but also enable certain selected locations for car sharing with the public outside …

CPV: 60000000 Dopravné služby (bez prepravy odpadu), 34100000 Motorové vozidlá, 34110000 Osobné automobily, 34111000 Polododávky a limuzíny, 34111200 Limuzíny, 34115000 Iné osobné automobily, 34144900 Vozidlá na elektrický pohon, 34351100 Pneumatiky pre motorové vozidlá, 48000000 Softvérové balíky a informačné systémy, 50100000 Opravy, údržba a súvisiace služby pre vozidlá a príbuzné vybavenie, 50110000 Opravy a údržbárske služby pre motorové vozidlá a súvisiace vybavenie, 50111000 Správa, opravy a údržba vozového parku, 50112000 Oprava a údržba osobných motorových vozidiel, 50112100 Oprava osobných motorových vozidiel, 50112200 Údržba osobných motorových vozidiel, 66114000 Finančný lízing, 72200000 Programovanie softvéru a poradenstvo
Termín:
26. máj 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Procurement - Vehicle as service 2025
Udeľujúci orgán:
Ålesund kommune
Číslo udelenia:
25/2051

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Procurement - Vehicle as service 2025
Description : Objective: The municipality shall through this procurement ensure a comprehensive car sharing service with high accessibility, simple user friendliness and good integration with existing municipal systems. The system shall support the municipality ́s employees during working hours, but also enable certain selected locations for car sharing with the public outside working hours in order to maximise the utilisation of the fleet. The procurement shall support the municipality ́s aim of: Reduced emissions and sustainable mobility. Optimised use of the municipality ́s vehicles. Reduced use of private vehicles in service. Better use of resources and cost control. The system shall be based on a digital platform with app-based access, support for administrative management, as well as flexibility for expansion with multiple vehicles and locations over time. Short on the need: Ålesund municipality needs a flexible and user friendly car sharing system. The system shall contribute to efficient use of resources by reducing the need for private service vehicles and ensuring better access to shared vehicles. There is a need for: Consultancy services that contribute to optimising the municipality ́s use and size of the vehicle fleet. Electric passenger cars for municipal services and public car sharing. App based administration for simple booking, access management and invoicing. Integration with the municipality's systems, including service telephones and EntraID. Station based system with an option for expansion of the number of locations. Scope: Currently the municipality ́s car sharing system consists of approx. 50 vehicles, with the largest being used internally by the municipality, while the rest is shared with the public. This scheme will be continued in the new procurement, but not necessarily in all of the current locations. At the start of the new contract period there will be an immediate need for 22 vehicles. As the contract expires with the remaining cars, we will sign a contract with the new supplier on an ongoing basis. The need for car sharing services is expected to change over time, in both the number of vehicles and geographical coverage. The system must therefore be scaleable and adapted to future needs, so that the municipality can increase or reduce the fleet and establish more stations as needed. Contract period: Ålesund municipality would like to enter into an ongoing service agreement for car sharing with a duration of 3 years, with an option to extend for up to 7 times for 1 year (total maximum 10 years).
Procedure identifier : b6b35cb0-1ecb-472e-add6-38a2dbe05b15
Internal identifier : 25/2051
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34111000 Estate and saloon cars
Additional classification ( cpv ): 34111200 Saloon cars
Additional classification ( cpv ): 34115000 Other passenger cars
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 34351100 Tyres for motor cars
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 50110000 Repair and maintenance services of motor vehicles and associated equipment
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 50112000 Repair and maintenance services of cars
Additional classification ( cpv ): 50112100 Car repair services
Additional classification ( cpv ): 50112200 Car maintenance services
Additional classification ( cpv ): 66114000 Financial leasing services
Additional classification ( cpv ): 72200000 Software programming and consultancy services

2.1.2 Place of performance

Anywhere
Additional information : Anywhere in Ålesund municipality

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement - Vehicle as service 2025
Description : Objective: The municipality shall through this procurement ensure a comprehensive car sharing service with high accessibility, simple user friendliness and good integration with existing municipal systems. The system shall support the municipality ́s employees during working hours, but also enable certain selected locations for car sharing with the public outside working hours in order to maximise the utilisation of the fleet. The procurement shall support the municipality ́s aim of: Reduced emissions and sustainable mobility. Optimised use of the municipality ́s vehicles. Reduced use of private vehicles in service. Better use of resources and cost control. The system shall be based on a digital platform with app-based access, support for administrative management, as well as flexibility for expansion with multiple vehicles and locations over time. Short on the need: Ålesund municipality needs a flexible and user friendly car sharing system. The system shall contribute to efficient use of resources by reducing the need for private service vehicles and ensuring better access to shared vehicles. There is a need for: Consultancy services that contribute to optimising the municipality ́s use and size of the vehicle fleet. Electric passenger cars for municipal services and public car sharing. App based administration for simple booking, access management and invoicing. Integration with the municipality's systems, including service telephones and EntraID. Station based system with an option for expansion of the number of locations. Scope: Currently the municipality ́s car sharing system consists of approx. 50 vehicles, with the largest being used internally by the municipality, while the rest is shared with the public. This scheme will be continued in the new procurement, but not necessarily in all of the current locations. At the start of the new contract period there will be an immediate need for 22 vehicles. As the contract expires with the remaining cars, we will sign a contract with the new supplier on an ongoing basis. The need for car sharing services is expected to change over time, in both the number of vehicles and geographical coverage. The system must therefore be scaleable and adapted to future needs, so that the municipality can increase or reduce the fleet and establish more stations as needed. Contract period: Ålesund municipality would like to enter into an ongoing service agreement for car sharing with a duration of 3 years, with an option to extend for up to 7 times for 1 year (total maximum 10 years).
Internal identifier : 25/2051

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34111000 Estate and saloon cars
Additional classification ( cpv ): 34111200 Saloon cars
Additional classification ( cpv ): 34115000 Other passenger cars
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 34351100 Tyres for motor cars
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 50110000 Repair and maintenance services of motor vehicles and associated equipment
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services
Additional classification ( cpv ): 50112000 Repair and maintenance services of cars
Additional classification ( cpv ): 50112100 Car repair services
Additional classification ( cpv ): 50112200 Car maintenance services
Additional classification ( cpv ): 66114000 Financial leasing services
Additional classification ( cpv ): 72200000 Software programming and consultancy services

5.1.2 Place of performance

Anywhere
Additional information : Anywhere in Ålesund municipality

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 7
The buyer reserves the right for additional purchases from the contractor, as described here : Option for the contracting authority to extend the contract seven times for 1 year. The contracting authority shall give the tenderer written notification of extension in a reasonable time before the current contract period expires. Such notification shall preferably be given at the latest approx. 2 months before the contract period expires, but can be given right up until the contract ́s end date. Both parties are obliged to notify that the contract expires if it is not extended.

5.1.5 Value

Estimated value excluding VAT : 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

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Vehicle purchase, lease or rent

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Credit rating
Description : Requirement: Tenderers must have the financial capacity to fulfil the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite ( https://riskguardian.bisnode.no) , or have the financial capacity to execute the contract based on the contracting authority ́s discretion. Documentation requirement: The contracting authority will assess the tenderer's finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than RiskGuardian Suite due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit ( https://credit.dnb.com/). Tenderers that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Payment of tax, VAT and other public duties.
Description : This requirement only applies to Norwegian tenderers. Requirement: Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. Any arrears or other irregularities must be justified. Documentation requirement: Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316". Tenderers order this in Altinn on behalf of their company. When ordering it is important that Ålesund municipality is stated as a copy recipient, so that the contracting authority gets a copy of the certificate directly from Altinn. Read about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Experience
Description : Requirement: Tenderers are required to have experience from at least 1 equivalent assignment in the last two years. Equivalent assignments means the delivery of an overall car sharing service such as Mobility as a Service (MaaS) to a public contracting authority, where the system includes both vehicles and a digital platform with a value of minimum NOK 1,000,000 excluding VAT per annum. Documentation requirement: Completed annex 'Tenderer's experience' or other document with equivalent information (max. 2 A4 pages).
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Requirement: Tenderers shall have a good and well-functioning quality management system. Documentation requirement: A copy of a valid system certificate issued by an accredited certification body, or a brief description of the tenderer ́s system that shows that the requirement is met (maximum two A4 pages, a table of contents will not be accepted).
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Price
Description : Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs.
Weight (percentage, exact) : 35
Criterion :
Type : Quality
Name : Quality assurance and system
Description : The award criteria quality consists of several sub-criteria, each of which is described below. Tenderers shall upload a combined document that answers the award criteria. The document shall be formatted to pdf or other searchable format. The responses shall not exceed a total of 14 A4 pages, with a font size of 11 and any pictures. All sides behind the maximum number will not be taken into account. The contracting authority shall also have a demonstration and a review of the system for up to ONE hour. This will be carried out with all tenderers during the first week after the tender deadline. The contracting authority initiates and calls for this session. The award criterium consists of: Assignment comprehension Consultancy services Demonstration of platform and mobile application Progress Plan.
Weight (percentage, exact) : 65
Criterion :
Type : Quality
Name : Environment
Description : Ålesund municipality has chosen to replace the award criteria in accordance with the second paragraph with climate and environmental requirements in the requirement specifications in accordance with the public procurement regulations (PPR). This is justified by the fact that the procurement of a car sharing service is central to the municipality's strategy for sustainable mobility, and it is clear that the set requirements in the requirement specifications will provide a better climate and environmental effect than could have been achieved through a weighted award. The municipality has set the following main aims for the procurement, which clearly shows that climate and environmental considerations are fundamental: Reduction of greenhouse gas emissions and sustainable mobility through increased use of car sharing rather than private vehicles. Optimisation of the municipality ́s fleet of vehicles in order to reduce the number of vehicles and to minimise unnecessary transport. Reduced use of private vehicles in service by offering a flexible option for employees. Improved resource utilisation and cost control through a data driven approach to mobility needs. To ensure that the car sharing service provides the greatest possible environmental benefit, the municipality has included concrete climate and environmental requirements in the requirement specification, including: Vehicles shall be fossil free (zero emission vehicles as a main rule). Electric passenger cars with a minimum 300 km range (WLTP) shall be used. Tenderers shall be environmentally certified through ISO 14001, EMAS, Miljøfyrtårn or equivalent. Establishment of a consultancy service that ensures that the vehicles are adapted to actual use needs and not oversized, which reduces material consumption and energy use. The system shall support better fleet management by using data acquisition to optimise the fleet based on real mobility needs. Furthermore, the requirements will have a direct impact on the environmental effect of the system by: Promoting circular economy through sharing of resources and reducing the need for new vehicles. Contribute to the municipality achieving its climate targets by eliminating fossile vehicle use within this service. Reduce car traffic and parking needs in urban areas by facilitating common vehicle use. Strengthen the market for environmentally friendly car sharing services, which can contribute to a major transformation of the mobility sector.
Weight (percentage, exact) : 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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 18/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=55707

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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 26/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 26/05/2025 10:05 +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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country : Norway
Contact point : Stian Busæt
Telephone : +4770162000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : adff2e0e-a5a1-4279-9fad-a049bb606c71 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/04/2025 08:50 +00:00
Notice dispatch date (eSender) : 23/04/2025 08:59 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00265351-2025
OJ S issue number : 80/2025
Publication date : 24/04/2025