Framework agreement for the procurement of workwear and shoes for a nursery school for six municipalities in Telemark.

The contracting authority shall enter into a framework agreement to cover the need for the procurement of work clothes and shoes for employees in nurseries. Tenderers shall offer a broad selection of work clothes and shoes for employees in nurseries. Tenderers shall, in addition, be able to mark the work …

CPV: 18100000 Yrkeskläder, särskilda arbetskläder och tillbehör, 18000000 Kläder, skor, väskor och tillbehör, 18110000 Arbetskläder för män, 18140000 Tillbehör till arbetskläder, 18200000 Ytterkläder, 18220000 Impregnerade kläder, 18221000 Regnkläder, 18310000 Underkläder, 18312000 Kalsonger, 18800000 Skodon, 18810000 Skodon förutom sport- och skyddsskor, 18811000 Vattentäta skodon, 18812000 Skodon med gummi- eller plastdelar, 18812200 Gummistövlar, 18812300 Lågskor med ovanläder av gummi eller plast, 18813000 Skodon med ovanläder av skinn, 18813100 Sandaler, 18813300 Lågskor, 18814000 Skodon med ovanläder av textilmaterial, 18815000 Stövlar, 18822000 Gymnastikskor, 19220000 Ylletyger
Sista ansökningsdag:
27 oktober 2025 11:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Framework agreement for the procurement of workwear and shoes for a nursery school for six municipalities in Telemark.
Plats för tilldelning:
Midt-Telemark kommune
Tilldelningsnummer:
25/9302

1. Buyer

1.1 Buyer

Official name : Midt-Telemark 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 : Framework agreement for the procurement of workwear and shoes for a nursery school for six municipalities in Telemark.
Description : The contracting authority shall enter into a framework agreement to cover the need for the procurement of work clothes and shoes for employees in nurseries. Tenderers shall offer a broad selection of work clothes and shoes for employees in nurseries. Tenderers shall, in addition, be able to mark the work wear with a logo when ordered and as agreed.  The following municipalities are participating in this competition; Seljord, Tokke, Midt-Telemark, Nome, Nissedal and Vinje.  Option: Kviteseid municipality has an option to join the contract on the same terms as the participating municipalities.
Procedure identifier : 089ab69c-bf1c-480d-ac73-9f51bb4bd656
Internal identifier : 25/9302
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The framework agreement applies for two (2) years from when the contract is signed, with an option for an extension for one (1) + one (1) year. The total maximum agreement period is four (4) years. The estimated value of the agreement period, including the option years, is based on the reported need from the Contracting Authority's member municipalities.   The total estimated value for the entire contract period, including the option years is NOK 2,476,000 excluding VAT.  The maximum value for the contract period, including the option years, is NOK 2,650,000 excluding VAT.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18220000 Weatherproof clothing
Additional classification ( cpv ): 18221000 Waterproof clothing
Additional classification ( cpv ): 18310000 Underwear
Additional classification ( cpv ): 18312000 Underpants
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18810000 Footwear other than sports and protective footwear
Additional classification ( cpv ): 18811000 Waterproof footwear
Additional classification ( cpv ): 18812000 Footwear with rubber or plastic parts
Additional classification ( cpv ): 18812200 Rubber boots
Additional classification ( cpv ): 18812300 Town footwear with rubber or plastic uppers
Additional classification ( cpv ): 18813000 Footwear with uppers of leather
Additional classification ( cpv ): 18813100 Sandals
Additional classification ( cpv ): 18813300 Town footwear
Additional classification ( cpv ): 18814000 Footwear with uppers of textile materials
Additional classification ( cpv ): 18815000 Boots
Additional classification ( cpv ): 18822000 Training shoes
Additional classification ( cpv ): 19220000 Woollen fabrics

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 : 2 476 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement is made in accordance with the Public Procurement Regulations (the Procurement Regulations), part III, as the estimated value exceeds the EEA threshold. An open tender contest will be used.

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 : Framework agreement for the procurement of workwear and shoes for a nursery school for six municipalities in Telemark.
Description : The contracting authority shall enter into a framework agreement to cover the need for the procurement of work clothes and shoes for employees in nurseries. Tenderers shall offer a broad selection of work clothes and shoes for employees in nurseries. Tenderers shall, in addition, be able to mark the work wear with a logo when ordered and as agreed.  The following municipalities are participating in this competition; Seljord, Tokke, Midt-Telemark, Nome, Nissedal and Vinje.  Option: Kviteseid municipality has an option to join the contract on the same terms as the participating municipalities.
Internal identifier : 25/9302

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18220000 Weatherproof clothing
Additional classification ( cpv ): 18221000 Waterproof clothing
Additional classification ( cpv ): 18310000 Underwear
Additional classification ( cpv ): 18312000 Underpants
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18810000 Footwear other than sports and protective footwear
Additional classification ( cpv ): 18811000 Waterproof footwear
Additional classification ( cpv ): 18812000 Footwear with rubber or plastic parts
Additional classification ( cpv ): 18812200 Rubber boots
Additional classification ( cpv ): 18812300 Town footwear with rubber or plastic uppers
Additional classification ( cpv ): 18813000 Footwear with uppers of leather
Additional classification ( cpv ): 18813100 Sandals
Additional classification ( cpv ): 18813300 Town footwear
Additional classification ( cpv ): 18814000 Footwear with uppers of textile materials
Additional classification ( cpv ): 18815000 Boots
Additional classification ( cpv ): 18822000 Training shoes
Additional classification ( cpv ): 19220000 Woollen fabrics
Options :
Description of the options : The framework agreement applies for two (2) years from when the contract is signed, with an option for an extension for one (1) + one (1) year. The total maximum agreement period is four (4) years. Option: Kviteseid municipality has an option to join the contract on the same terms as the participating municipalities.

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 : 19/11/2025
Duration end date : 19/11/2029

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework agreement applies for two (2) years from when the contract is signed, with an option for an extension for one (1) + one (1) year. The total maximum agreement period is four (4) years.

5.1.5 Value

Estimated value excluding VAT : 2 476 000 Norwegian krone
Maximum value of the framework agreement : 2 650 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

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 prices stated in the price form shall include all costs connected to the delivery, including the necessary services, additional costs and any fees, as specified in the tender documents. It is important that the price form is completed completely and correctly. Incomplete or inadequate price forms can lead to the tender being rejected. Tenderers shall enclose a guiding price list for the three named brands stated in the price form under the tab "Other Assortment". The price lists will form the basis for invoicing during the agreement period. Prices cannot be changed during the first 12 months of the agreement. Any price adjustments thereof can only occur once per year (must be notified the Contracting Authority in writing to be valid) and be limited to developments in Statistics Norway's consumer price index for clothing and shoes. For suppliers who only offer one brand, it is sufficient to enclose a guiding price list for this brand. If there are costs connected to the delivery, marking, adaptation or other additional services that are not included in the stated prices in the price form, these costs shall be described and clearly specified in the tender. If such costs are not specified, they will be seen as included in the given prices and cannot be subsequently covered. The contracting authority will evaluate the total price offered in the price form. The lowest total price gives the highest score.    The price will be assessed in accordance with the following formula:   A scale from 0-100 with the lowest price will be given 100 points. The best possible score is 30 points (100 points * 30%, split between 100 = 30 points). Should the formula give a negative result, the points will be adjusted up to 0 points.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Quality is assessed on the following points, where point 1 has 60% subweight, point 2 has 30% lot weight and point 3 has 10% lot weight. Point 1: Contract assortment (subweight 60 %) The contracting authority requests product samples for selected products, as stated in annex 2 - Price form, column S. For these products, one physical product sample shall be delivered per product, medium (M), large (L) and Extra large (XL) sizes that will be included in the evaluation. Tenderers shall provide product samples free of charge for the evaluation. Product samples shall be sent to:  Mid-Telemark municipality Bøgata 67 3833 Bø in Telemark Note sending with: Anne Birgit Tresland – Telemark Procurement Cooperation Alternatively the product samples can be delivered to the service office at the municipal house in Midt-Telemark municipality (Bøgata 67, Bø in Telemark). Other products in the contract assortment will also be included in the evaluation of quality. A PDF shall therefore be prepared that contains pictures of these products, seen from the front and from behind. The PDF should also include relevant product information that can contribute to the evaluation of quality. It is not possible to refer to external websites or internet stores. The contracting authority will emphasise that the offered assortment is suitable for work in nurseries. The following quality aspects will be assessed: fit, comfort, sizes, reinforcements, practical details, durability, user friendliness, functionality and the relationship between price and quality. A trade group consisting of employees from the nursery schools will carry out a qualitative assessment of each product. The assessment occurs on a scale from 1 - 5, where: 1 = Very bad 2 = Poor 3 = Medium 4 = Good 5 = Very good Each product sample and product in the PDF will be assessed individually. The total quality score will be included in the total point calculation for the award criteria 'quality'. Product samples shall be delivered at the latest within 3 working days after the tender deadline. When using dispatch services, the tenderer is responsible for ensuring that the samples are received by the Contracting Authority by the stated deadline. Late samples can result in the tender being rejected. If a tenderer needs an extended deadline for delivery of product samples, they must contact Mercell well before the tender deadline expires. The return of product samples shall be free of charge for the Contracting Authority. Tenderers shall enclose a return label or clear instructions on how samples can be returned free of charge. Point 2: Logistics and ordering system (subweight 30 %) The contracting authority emphasises that the ordering and delivery process should be simple, effective and adapted to the users ́ needs in the municipalities. Tenderers shall respond to this award criteria by giving separate descriptions of: Ordering system (maximum 500 words): Tenderers shall give an account of how the ordering process is set up and what digital systems might be offered. Online shop is not required, but it will be an advantage if the tenderer offers a digital system that simplifies the ordering process. Examples of such solutions can be: Online shop or punch-out system. An order form with a good overview of the products, including pictures, descriptions, product numbers and prices. Possibility to see and order from other assortment, beyond the contract products. User friendly interface that makes it easy for employees in the municipalities to find, compare and order products. The contracting authority will emphasise systems that provide a good overview, efficient ordering and easy access to relevant product information. Logistics and security of delivery (maximum 500 words): Tenderers shall give an account of how fast and reliable delivery is ensured throughout the entire contract period. The description shall include: • Delivery time for products with and without a logo, both in the contract assortment and other assortment. The delivery time is calculated from the received order until the item is delivered to the final user. • Measures for delivery security, including storage at locations/in-store, access to central warehouses, any stores in nearby countries, routines for order processing and transport, as well as stand-by for delays. The contracting authority will emphasise systems that provide high delivery ability and predictability for the users in the municipalities. Point 3: Other assortment (subweight 10 %) When assessing this criteria, the contracting authority will emphasise how broad and relevant the tenderer ́s other product assortment is in addition to the contract assortment. Nurseries have different needs connected to workwear, depending on local conditions, seasons, activity levels and individual preferences. The financial schemes that apply for employees in the different municipalities may also vary. Therefore it is an advantage if the tenderer offers a broad and flexible assortment that gives the municipalities choices and covers a diversity of needs. The response shall be in writing and give the Contracting Authority a good insight into the tenderer ́s total assortment. It should be in a maximum of 500 words. It is not possible to refer to external websites or internet stores. The assessment of the award criteria Quality (40%) will be carried out by the Contracting Authority using procurement discretion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Environment
Description : The contracting authority would like to reduce the climate and environmental impact of this contract and therefore asks the tenderer to describe the relevant environmental measures connected to the delivery. The response shall be in writing and not exceed 500 words. Further information will not be considered. The response shall give the contracting authority a concrete and relevant insight into how the tenderer works with the environment and sustainability within work clothes for nursery employees. The following elements will be emphasised in the evaluation: • Choice of materials and product design Use of environmentally friendly or recycled materials, low climate footprint textiles and designs that promote long lifetime and reduced consumption. •Certifications Extent of the tenders for environmentally certified products. • Logistics and packaging Measures to reduce emissions related to logistics, as well as the use of environmentally friendly packaging. • Life cycle and re-use Return schemes, repair possibilities, reusable systems or other measures that prolong the product ́s lifetime and reduce waste. The assessment of the award criteria Environment (30%) will be carried out by the Contracting Authority using procurement discretion. The best response will be awarded 30 points. Other tenders will get points proportionally based on the content distance to the best tender offer. Several tenderers can get the same points if the responses are assessed as equal.
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 : 20/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/267062776.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 : 27/10/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 27/10/2025 11:00 +00:00
Place : Bø in Telemark
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 :
Framework agreement, without reopening of competition
Maximum number of participants : 100
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 : This applies to a waiting period of ten calendar days from when notification of award is sent to the tenderers. A contract cannot be signed before the waiting period has expired, unless there are exceptions in accordance with the procurement regulations § 25-2. Any appeals must be submitted by the end of the waiting period.
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 : c3baecbd-d32c-4a77-bae7-b1a41ada7930 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/10/2025 08:31 +00:00
Notice dispatch date (eSender) : 03/10/2025 08:43 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00653552-2025
OJ S issue number : 191/2025
Publication date : 06/10/2025