22500 Hunndalen - new secondary school - Prequalification phase.

Gjøvik municipality would like to construct a new secondary school and a multi-purpose hall as an integrated overall system in Hunndalen. The aim is to build community and belonging through practical learning situations and attractive meeting places. The construction of a new school, hall and outdoor areas is the driving …

CPV: 45214220 Trabajos de construcción de centros de enseñanza secundaria, 45112700 Trabajos de paisajismo, 45212225 Trabajos de construcción de polideportivos, 45214200 Trabajos de construcción de edificios escolares, 71210000 Servicios de asesoramiento en arquitectura, 71320000 Servicios de diseño técnico, 71420000 Servicios de arquitectura paisajística
Lugar de ejecución:
22500 Hunndalen - new secondary school - Prequalification phase.
Organismo adjudicador:
Gjøvik kommune
Número de premio:
22500

1. Buyer

1.1 Buyer

Official name : Gjøvik 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 : 22500 Hunndalen - new secondary school - Prequalification phase.
Description : Gjøvik municipality would like to construct a new secondary school and a multi-purpose hall as an integrated overall system in Hunndalen. The aim is to build community and belonging through practical learning situations and attractive meeting places. The construction of a new school, hall and outdoor areas is the driving force behind the area commitment in Hunndalen. Goals and initiatives can also be formulated as follows: Practical school with active learning situationsVaried teaching/learningFlerbrukshall for «alle» - active meeting place School area with active and passive meeting places. Traffic safety, heart zone and car-free area Improve childhood environment Diversity and inclusionThe project includes design proposals, negotiation, engineering design, planning and construction of the following extent: Demolition of the existing school with the accompanying facility New secondary school for 540 pupils and approx. 100 employees, likely to demolish 1-3 detached housesNy multi-purpose hall that shall be integrated with the schoolUterom, location development and area commitment Infrastructure, roads, junctions, parking etc.The project will be carried out in phases with the accompanying milestones and further project decomposition (PNS) Implementation model - Phase divided Phase 2: Concept development (ongoing) Phase 3: Concept preparation (initiated) Sub phase 3.1 - Price and design competition, with negotiations, for the Draft Project (MMI 125) Sub-phase 3.2 - Optimisation of draft project (to MMI 200) and Preliminary project (to MMI 300)BP 1 - Decision sport - political decision - Development - contract Phase 4: Implementation phase (phases 4 and 5 in Gjøvik municipality's rules)Partial phase 4.1 - Detailed engineering design (for MMI 400) Sub-phase 4.2 - Production Part phase 4.3 - Systematic completionDelphase 4.4 - Ready site inspections, Documentation and hand-over (to MMI 500) Phase 5: Trial operation and guarantee period (phases 6 and 7 in Gjøvik municipality ́s rules), for the MMI 600 Project shall be carried out as a collaboration contract for phase 3.2 based on NS8402. In the next phases (phases 4 and 5), the project shall be carried out as a turnkey contract in accordance with NS8407.
Procedure identifier : 2f71eed1-de6e-4622-9585-59fb3cae1467
Internal identifier : 22500
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will follow the procedure for negotiated procedure, in accordance with PPR part I and III. The procurement procedure allows all interested tenderers to submit a request to be prequalified to participate in the competition. The contracting authority can limit the number of participants in the competition that will participate after a prequalification, cf. the Public Procurement Regulations § 23-7 (2). This competition is initiated with a qualification phase (stage 1). Only tenderers who fulfil the qualification requirements and who have been invited will be able to submit a tender (stage 2). The contracting authority plans to invite up to four (4) tenderers to submit a tender. If several qualified tenderers submit requests for participation in the competition, the contracting authority will choose among these tenderers on the basis of the selection criteria listed below in point 5.All invited tenderers will have their tenders evaluated. Following the negotiations, for one or several rounds and any updated tenders, the final evaluation of the tenders will be made and the contract will be awarded. The contracting authority reserves the right to evaluate and award contracts without negotiations, if the contracting authority receives satisfactory tenders prior to negotiations. Tenderers are encouraged to submit their best tenders at the first tender deadline, as the contracting authority does not have an obligation to carry out negotiations if the Contracting Authority receives satisfactory tender offers.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45214220 Secondary school construction work
Additional classification ( cpv ): 45112700 Landscaping work
Additional classification ( cpv ): 45212225 Sports hall construction work
Additional classification ( cpv ): 45214200 Construction work for school buildings
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71420000 Landscape architectural services

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
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)
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.
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?
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?
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 : 22500 Hunndalen - new secondary school - Prequalification phase.
Description : Gjøvik municipality would like to construct a new secondary school and a multi-purpose hall as an integrated overall system in Hunndalen. The aim is to build community and belonging through practical learning situations and attractive meeting places. The construction of a new school, hall and outdoor areas is the driving force behind the area commitment in Hunndalen. Goals and initiatives can also be formulated as follows: Practical school with active learning situationsVaried teaching/learningFlerbrukshall for «alle» - active meeting place School area with active and passive meeting places. Traffic safety, heart zone and car-free area Improve childhood environment Diversity and inclusionThe project includes design proposals, negotiation, engineering design, planning and construction of the following extent: Demolition of the existing school with the accompanying facility New secondary school for 540 pupils and approx. 100 employees, likely to demolish 1-3 detached housesNy multi-purpose hall that shall be integrated with the schoolUterom, location development and area commitment Infrastructure, roads, junctions, parking etc.The project will be carried out in phases with the accompanying milestones and further project decomposition (PNS) Implementation model - Phase divided Phase 2: Concept development (ongoing) Phase 3: Concept preparation (initiated) Sub phase 3.1 - Price and design competition, with negotiations, for the Draft Project (MMI 125) Sub-phase 3.2 - Optimisation of draft project (to MMI 200) and Preliminary project (to MMI 300)BP 1 - Decision sport - political decision - Development - contract Phase 4: Implementation phase (phases 4 and 5 in Gjøvik municipality's rules)Partial phase 4.1 - Detailed engineering design (for MMI 400) Sub-phase 4.2 - Production Part phase 4.3 - Systematic completionDelphase 4.4 - Ready site inspections, Documentation and hand-over (to MMI 500) Phase 5: Trial operation and guarantee period (phases 6 and 7 in Gjøvik municipality ́s rules), for the MMI 600 Project shall be carried out as a collaboration contract for phase 3.2 based on NS8402. In the next phases (phases 4 and 5), the project shall be carried out as a turnkey contract in accordance with NS8407.
Internal identifier : 22500

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45214220 Secondary school construction work
Additional classification ( cpv ): 45112700 Landscaping work
Additional classification ( cpv ): 45212225 Sports hall construction work
Additional classification ( cpv ): 45214200 Construction work for school buildings
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71420000 Landscape architectural services

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 32 Month

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer's ("total" annual turnover for the requested financial year in the notice or in the procurement documents is as follows: The minimum requirement for qualification requirements the company shall have sufficient economic and financial capacity to carry out the assignment, with a minimum annual turnover of NOK 280 million. Documentation requirement: Documentation requirement for Norwegian companies: The last valid annual accounts for the company. A credit rating from a credit rating company shall also be delivered. The assessment shall not be older than 3 months prior to the application deadline. Foreign companies: The company ́s last two auditor approved annual accounts. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be provided. 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 by using any other 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.
Use of this criterion : 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 : 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 : Used
Criterion :
Type : Technical and professional ability
Name : Only for building and construction works:
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration. Minimum qualification requirements Turnkey contractor shall have experience from relevant assignments. Relevant assignments means assignments of a similar nature/character, complexity/degree of difficulty and scope/size, preferably as a turnkey contractor (TE), or partnering contractor (SE). The assignments shall at least be completed in order to fulfil the requirement. The assignments cannot apply to industrial buildings, shopping centres, store buildings or car parks. Documentation: Three of the company ́s relevant assignments from the last 8 - eight - years, completed in the annex, reference list template (Part I - Reference List). In cases where the company does not have the necessary qualifications, but relies on other suppliers to be qualified, equivalent documentation must be presented for them. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled. If the company has resource(s) with experience from projects in previous work experience, these references can be used, if the resource(s) have had a prominent role in the project. The roles the resource(s) have had in the project that the tenderer now has. The contracting authority reserves the right to contact the reference persons.
Use of this criterion : 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 : For public building and construction work, technical personnel or units that shall carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract:
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 : 3.5.3 The tenderer ́s technical and professional qualifications - Qualification requirements for an Architect (ARK)
Description : The architect company shall have experience from relevant assignments. Relevant assignments means assignments of a similar nature/character, complexity/degree of difficulty and scope/size. The assignments shall at least be completed with a preliminary project. The assignments cannot apply to industrial buildings, shopping centres, store buildings or car parks. Documentation requirement: Up to six of the company ́s relevant assignments from the last 8 -eight - years, completed in the annex, reference list template (Part I - Reference List). At least two of the projects shall be for school buildings, and at least two of the projects shall deal with a multi-purpose hall. The same project can be seen as a school building and multi-purpose hall. In cases where the company does not have the necessary qualifications, but relies on other suppliers to be qualified, equivalent documentation must be presented for them. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled. The contracting authority reserves the right to contact the reference persons. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 3.5.3 The tenderer ́s technical and professional qualifications - Qualification requirements for landscape architect (LARK)
Description : The landscape architect company shall have experience from relevant assignments. Relevant assignments means assignments of a similar nature/character, complexity/degree of difficulty and scope/size. The assignments shall at least be completed with a preliminary project. Documentation: Three of the company ́s relevant assignments from the last 8 -eight years, completed in the annex, reference list template (Part I - Reference List). In cases where the company does not have the necessary qualifications, but relies on other suppliers to be qualified, equivalent documentation must be presented for them. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled. The contracting authority reserves the right to contact the reference persons. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 3.5.3 The tenderer ́s technical and professional qualifications - Qualification requirements for consultants (RI).
Description : The consultant company shall have experience from relevant assignments. Relevant assignments means assignments of a similar nature, complexity/degree of difficulty and scope/size. The assignments shall at least be completed with a preliminary project. At least 4 prominent roles for the project ́s success should be stated. Documentation: Three of the company ́s relevant assignments from the last 8 -eight years, completed in the annex, reference list template (Part I - Reference List). In cases where the company does not have the necessary qualifications, but relies on other suppliers to be qualified, equivalent documentation must be presented for them. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled. The roles that the consultant company had in the reference project shall be stated. The contracting authority reserves the right to contact the reference persons. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/254714143.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
Deadline for receipt of requests to participate : 20/05/2025 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

Mediation organisation : Vestre Innlandet Tingrett
Review organisation : Vestre Innlandet Tingrett
Organisation providing more information on the review procedures : HRP AS

8. Organisations

8.1 ORG-0001

Official name : HRP AS
Registration number : 988889245
Postal address : Dronning Eufemias Gate 16
Town : OSLO
Postcode : 0190
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Snorre Nøstdahl
Telephone : +47 92887860
Fax : +47 92887860
Internet address : https://www.hrpas.no
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Gjøvik kommune
Registration number : 940155223
Town : Gjøvik
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 61189500
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Vestre Innlandet Tingrett
Registration number : 926723758
Town : Gjøvik
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 61 02 02 00
Roles of this organisation :
Review organisation
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 602c6480-7662-4466-a09f-1b70a77ec24d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/04/2025 18:28 +00:00
Notice dispatch date (eSender) : 14/04/2025 19:57 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00249865-2025
OJ S issue number : 75/2025
Publication date : 16/04/2025