Procurement of maintenance and servicing services for the municipality ́s telephony systems.

Drammen municipality has a telephony system with a local centre in the municipality ́s computer centre. The telephony system consists of Avaya Aura telephone exchange and Trio telephony support system. The central is connected to IPT (ip trunk) with the operator Telia.The municipality ́s policy states that all locations for …

CPV: 64210000 Fernsprech- und Datenübertragungsdienste, 32429000 Ausrüstung für Telefonnetze, 32551100 Telefonanschlüsse, 32551400 Telefonnetz, 32552120 Notrufsäulen, 32552130 Öffentliche Fernsprecher, 32552310 Digitale Vermittlungen im Fernsprechnetz
Frist:
4. April 2025 10:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Procurement of maintenance and servicing services for the municipality ́s telephony systems.
Vergabestelle:
DRAMMEN KOMMUNE
Vergabenummer:
25/08775

1. Buyer

1.1 Buyer

Official name : DRAMMEN 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 of maintenance and servicing services for the municipality ́s telephony systems.
Description : Drammen municipality has a telephony system with a local centre in the municipality ́s computer centre. The telephony system consists of Avaya Aura telephone exchange and Trio telephony support system. The central is connected to IPT (ip trunk) with the operator Telia.The municipality ́s policy states that all locations for stand-by considerations shall have a minimum of one telephone in the landline telephone network, although many entities as far as possible switch to mobile telephony. The municipality has terminated the current service contract with Sopra Steria, starting 20 March 2025. This agreement included the operation of all of the municipality's clients, networks, local computer rooms, and the customer's virtual computer room at Microsoft Azure, also included a telephony service delivery. A decision has been made that the maintenance and service services for telephony shall be outsourced for a separate Maintenance Contract (SSA-V) with the valid duration terms thereof, c.f. point 2.3. In spring 2025 the municipality intends to re-procure all or parts of the service spectrum that were covered by the contract with Sopra Steria. The procurement of telephony services must be seen as a part of this work, and the chosen tenderer must deal with the daily follow-up of the work under the contract during 2025/2026, it may be transferred from the Municipality to one of the municipality's service providers who will be responsible for following up parts of the service spectrum.
Procedure identifier : 99768abd-2da5-43a6-a867-602d7c5b5089
Internal identifier : 25/08775
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Drammen municipality has a telephony system with a local centre in the municipality ́s computer centre. The telephony system consists of Avaya Aura telephone exchange and Trio telephony support system. The central is connected to IPT (ip trunk) with the operator Telia.The municipality ́s policy states that all locations for stand-by considerations shall have a minimum of one telephone in the landline telephone network, although many entities as far as possible switch to mobile telephony. The municipality has terminated the current service contract with Sopra Steria, starting 20 March 2025. This agreement included the operation of all of the municipality's clients, networks, local computer rooms, and the customer's virtual computer room at Microsoft Azure, also included a telephony service delivery. A decision has been made that the maintenance and service services for telephony shall be outsourced for a separate Maintenance Contract (SSA-V) with the valid duration terms thereof, c.f. point 2.3. In spring 2025 the municipality intends to re-procure all or parts of the service spectrum that were covered by the contract with Sopra Steria. The procurement of telephony services must be seen as a part of this work, and the chosen tenderer must deal with the daily follow-up of the work under the contract during 2025/2026, it may be transferred from the Municipality to one of the municipality's service providers who will be responsible for following up parts of the service spectrum. The procurement has the following main aims: Secure configuration and operation of the municipality ́s telephony system (Trio/Avaya)Ensure development of the telephony system including assistance with consultancy.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 32429000 Telephone network equipment
Additional classification ( cpv ): 32551100 Telephone connections
Additional classification ( cpv ): 32551400 Telephone network
Additional classification ( cpv ): 32552120 Emergency telephones
Additional classification ( cpv ): 32552130 Public telephones
Additional classification ( cpv ): 32552310 Digital telephone exchanges

2.1.2 Place of performance

Town : Drammen
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

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 : 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?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 of maintenance and servicing services for the municipality ́s telephony systems.
Description : Drammen municipality has a telephony system with a local centre in the municipality ́s computer centre. The telephony system consists of Avaya Aura telephone exchange and Trio telephony support system. The central is connected to IPT (ip trunk) with the operator Telia.The municipality ́s policy states that all locations for stand-by considerations shall have a minimum of one telephone in the landline telephone network, although many entities as far as possible switch to mobile telephony. The municipality has terminated the current service contract with Sopra Steria, starting 20 March 2025. This agreement included the operation of all of the municipality's clients, networks, local computer rooms, and the customer's virtual computer room at Microsoft Azure, also included a telephony service delivery. A decision has been made that the maintenance and service services for telephony shall be outsourced for a separate Maintenance Contract (SSA-V) with the valid duration terms thereof, c.f. point 2.3. In spring 2025 the municipality intends to re-procure all or parts of the service spectrum that were covered by the contract with Sopra Steria. The procurement of telephony services must be seen as a part of this work, and the chosen tenderer must deal with the daily follow-up of the work under the contract during 2025/2026, it may be transferred from the Municipality to one of the municipality's service providers who will be responsible for following up parts of the service spectrum.
Internal identifier : 25/08775

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 32429000 Telephone network equipment
Additional classification ( cpv ): 32551100 Telephone connections
Additional classification ( cpv ): 32551400 Telephone network
Additional classification ( cpv ): 32552120 Emergency telephones
Additional classification ( cpv ): 32552130 Public telephones
Additional classification ( cpv ): 32552310 Digital telephone exchanges
Options :
Description of the options : The duration of the agreement is indefinite and is regulated by the duration provision in SSA-V point 4.1.

5.1.2 Place of performance

Town : Drammen
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 27/04/2025
Duration end date : 29/04/2031

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)

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : 5.4 Economic and financial capacity
Description : Qualification requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Tenderers are required to be credit worthy and have financial solidity with a minimum credit score of A in accordance with an assessment made in CreditPro from the Credit information agency Bisnode AS or an equivalent approved credit rating agency. Documentation requirement: Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. For companies that cannot be credit rated, approved accounting figures shall show satisfactory good credit worthiness and sufficient financial implementation ability/capacity. This will be assessed based on an overall assessment based on the following parameters: result degree, degree of liquidity, solidity, debt ratio and turnover. If a tenderer cannot present the above mentioned documentation, or would like to document that it gives a misleading picture of his financial situation, he shall prove his economic and financial position, using another document of relevance to the company's fiscal figures/finances. Tenderers shall in particular justify why the requested documentation possibly cannot be delivered or gives a misleading picture. Any guarantees and insurances given by a third party must cover all the financial losses that may arise due to non fulfilment of the contract. Any guarantors must document that they independently fulfil the qualification requirement for finances. The contracting authority reserves the right, nevertheless, to obtain financial information from other sources if there is uncertainty as to whether the requirement is fulfilled or not. All the obtained and any submitted information will form the basis for an overall assessment of whether the qualification requirement is fulfilled. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : 5.2 Mandatory requirements (taxes and duties)
Description : Qualification requirement: Tenderers shall have their tax, employer contribution and VAT payments in order. Documentation requirement: Tax certificate or equivalent from the country where the company is registered, not older than 6 months. https://www.skatteetaten.no/skjema/attest-for-skatt-og-merverdiavgift/ If there are arrears, this must be justified. The requirement is only mandatory for Norwegian tenderers, but international tenderers are encouraged to submit equivalent documentation.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 5.3 The organisational and legal standing of the tenderer
Description : Qualification requirement: Tenderers shall be a legally established company. Documentation requirement: Company Registration Certificate, or equivalent from the country where the company is registered.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : 5.5 Technical and professional qualifications
Description : 5.5.1 Qualification requirement: Tenderers shall have carried out relevant deliveries in the last three years. Relevant means experience from contracting authorities with equivalent service needs and complexity. Documentation requirement: A description shall be given of the most relevant deliveries of equivalent complexity and need in the last three (3) years. Three (3) references are requested. It must be clearly stated that assignments have been carried out with clear relevance in terms of services, complexity and volume. References shall, as a minimum, be described with the following information: The customer ́s name, contact information at the customer; name, position, email and telephone Brief description of the contract and the work done previously The time period and duration Size and number of users References can be contacted and controlled. This contact information must be provided. If a tenderer will use capacity from a parent company or other binding statement, see "Annex 2 to instructions to the tenderer Commitment Statement" Minimum requirements for qualification requirements.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.5 Technical and professional qualifications
Description : 5.5.2 Qualification requirement: Tenderers shall have sufficient implementation ability. Documentation requirement: Tenderers shall give a general description of the company ́s available resources for the requested service. Particular attention is made here to the requirements in Annex 1. If collaborating partners or sub-suppliers must enclose a Commitment Statement (Annex 2 to the Instructions to the tenderer's "Commitment Statement"). It is important that it is clearly stated in which area the collaboration partners or sub-suppliers contribute, cf. the above description. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/03/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/251128345.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 04/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 04/04/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : 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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing additional information about the procurement procedure : DRAMMEN KOMMUNE

8. Organisations

8.1 ORG-0001

Official name : DRAMMEN KOMMUNE
Registration number : 921234554
Postal address : Engene 1
Town : DRAMMEN
Postcode : 3008
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Christian Rikheim Sundelin
Telephone : 93832104
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : Buskerud tingrett
Department : Buskerud tingrett
Postal address : Gamle Kirkeplass 3
Town : Drammen
Postcode : 3019
Country : Norway
Contact point : Buskerud tingrett
Telephone : 32211600
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : b41ac72e-9803-4fdd-8318-f38826c1f45d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/03/2025 02:01 +00:00
Notice dispatch date (eSender) : 03/03/2025 02:01 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00141158-2025
OJ S issue number : 44/2025
Publication date : 04/03/2025