Framework agreement licenses

KulturIT AS intends to enter into a framework agreement with a tenderer for future procurements of software licences. The contracts shall be valid for 2 years, with an option for a further 2 one year extensions (2+1+1) so that the maximum contract period can be up to 4 years. The …

CPV: 48000000 Paquetes de software y sistemas de información, 48500000 Paquetes de software de comunicación y multimedia, 48510000 Paquetes de software de comunicación, 48517000 Paquetes de software de TI, 48218000 Paquetes de software de gestión de licencias
Plazo:
14 de abril de 2025 a las 08:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement licenses
Organismo adjudicador:
Kulturit AS
Número de premio:
373

1. Buyer

1.1 Buyer

Official name : Kulturit AS
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Anno muesum AS
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Østfoldmuseene
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Vestfoldmuseene IKS
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Valdresmusea
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Stiftelsen Norsk Folkemuseum
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Stiftelsen Museum Vest
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Stiftelsen Lillehammer museum
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Stiftelsen Buskerudmuseene
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Ryfylkemuseet
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Randsfjordmuseet
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Preus museum
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Stiftinga museumssenteret i Hordaland
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Museene i Sør-Trøndelag AS
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Stiftinga musea i Sogn og Fjordane
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Museene i Akershus
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Mjøsmuseet AS
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Kon-Tiki Museet
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Stiftelsen bymuseet i Bergen
Legal type of the buyer : Local authority
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Framework agreement licenses
Description : KulturIT AS intends to enter into a framework agreement with a tenderer for future procurements of software licences. The contracts shall be valid for 2 years, with an option for a further 2 one year extensions (2+1+1) so that the maximum contract period can be up to 4 years. The procurement is for the delivery of IT equipment as well as periphery equipment. The procurement concerns KulturIT AS and museums that are connected to the cooperation and other museums that can be connected to the cooperation at a later date.
Procedure identifier : 80a6c316-c087-4e16-8bb4-932debb530ce
Internal identifier : 373
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48510000 Communication software package
Additional classification ( cpv ): 48517000 IT software package
Additional classification ( cpv ): 48218000 License management software package

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 46 000 000 Norwegian krone
Maximum value of the framework agreement : 50 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 combating 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the tenderer 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where 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.
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Framework agreement licenses
Description : KulturIT AS intends to enter into a framework agreement with a tenderer for future procurements of software licences. The contracts shall be valid for 2 years, with an option for a further 2 one year extensions (2+1+1) so that the maximum contract period can be up to 4 years. The procurement is for the delivery of IT equipment as well as periphery equipment. The procurement concerns KulturIT AS and museums that are connected to the cooperation and other museums that can be connected to the cooperation at a later date.
Internal identifier : 429

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48510000 Communication software package
Additional classification ( cpv ): 48517000 IT software package
Additional classification ( cpv ): 48218000 License management software package

5.1.3 Estimated duration

Duration : 48 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) : yes

5.1.9 Selection criteria

Criterion :
Type : Other
Name : Tax Certificate
Description : Tenderers shall have their affairs in order with respect to the payment of tax, advance tax deduction, garnering, employer contribution and VAT. Documentation requirements: VAT certificate. Tax certificate for tax. Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities. The certificates shall not be older than 6 months from the tender deadline.
Use of this criterion : Used
Criterion :
Type : Other
Name : Registration
Description : The tenderer shall be a legally established company. Documentation requirements: Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial position.
Description : The tenderer shall have sufficient financial strength to be able to fulfil the contract. Creditworthiness with no requirement for guarantees is the minimum requirement.  Documentation requirements: Credit rating based on the most recent financial figures. The rating shall be carried out by a credit information company that has permission to handle personal information.
Use of this criterion : Used
Criterion :
Type : Other
Name : References
Description : Tenderers shall have experience from a minimum of three similar contracts during the last 3 years.  Documentation requirements: Description of the tenderer's three most relevant contracts in the course of the last 3 years. The description must include a short description of the delivery, as well as a statement of the assignment ́s value, date and recipient (name, telephone number and e-mail address). References must be contactable if necessary, to clarify the relevance of the assignment. However, it is the tenderer ́s responsibility to document relevance through the description.
Use of this criterion : Used
Criterion :
Type : Other
Name : Subcontractors
Description : Tenderers can use the capacity of other companies for this contract to fulfil the requirements for economic and financial capacity, cf. the Public Procurement Regulations § 16-3 and technical and professional qualifications, cf. the Public Procurement Regulations § 16-5.  If a tenderer will use the capacity of other companies, he shall document that they can use the necessary resources, cf. the Public Procurement Regulations § 16-10, for example, in the form of a commitment statement. Documentation requirements:
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name :
Description : Quality, Service and Follow-Up
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name :
Description : Based on the Procurement Regulations §7-9, paragraph 5, we choose to disregard the requirement for climate and environmental considerations. This procurement concerns a framework agreement for licenses and consulting services (related to consulting, purchasing, etc.). Such transactions have, in our assessment, a climate footprint and environmental impact that is insignificant.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/373
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 14/04/2025 08:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vestre Innlandet tingrett -
Organisation providing additional information about the procurement procedure : Kulturit AS -
Organisation receiving requests to participate : Artifik AS -

8. Organisations

8.1 ORG-0001

Official name : Kulturit AS
Registration number : 915168175
Postal address : Oskar Skoglys veg 2
Town : Lillehammer
Postcode : 2619
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Internet address : https://kulturit.org/
Buyer profile : https://kulturit.org/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Anno muesum AS
Registration number : 994933272
Postal address : Postboks 117
Town : Elverum
Postcode : 2401
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Internet address : https://annomuseum.no/
Buyer profile : https://annomuseum.no/
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Østfoldmuseene
Registration number : 994963910
Postal address : Gamlebygata 8
Town : Sarpsborg
Postcode : 1721
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Internet address : https://ostfoldmuseene.no/
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Vestfoldmuseene IKS
Registration number : 993871184
Postal address : Postboks 1247
Town : Sandefjord
Postcode : 3205
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Valdresmusea
Registration number : 990209081
Postal address : Tyinvegen 27
Town : Fagernes
Postcode : 2900
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Internet address : https://valdresmusea.no/
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Stiftelsen Norsk Folkemuseum
Registration number : 970010815
Postal address : Museumsveien 10, Bygdøy
Town : Oslo
Postcode : 0287
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Stiftelsen Museum Vest
Registration number : 987669586
Postal address : Lyngneset 4a
Town : Strusshamn
Postcode : 5302
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Internet address : https://museumvest.no/
Buyer profile : https://museumvest.no/
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Stiftelsen Lillehammer museum
Registration number : 955378024
Postal address : Maihaugvegen 1
Town : Lillehammer
Postcode : 2609
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Stiftelsen Buskerudmuseene
Registration number : 913084705
Postal address : Hønefoss Bru 1B
Town : Hønefoss
Postcode : 3510
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Ryfylkemuseet
Registration number : 970916482
Postal address : Nordenden 14
Town : Sand
Postcode : 4230
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Internet address : https://ryfylkemuseet.no/
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Randsfjordmuseet
Registration number : 987107022
Postal address : Kongeveien 92
Town : Jaren
Postcode : 2770
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : Preus museum
Registration number : 874240672
Postal address : Kommandørkaptein Klincks vei 7
Town : Horten
Postcode : 3183
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Internet address : https://preusmuseum.no/
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : Stiftinga museumssenteret i Hordaland
Registration number : 971349743
Postal address : Salhusvegen 201
Town : Salhus
Postcode : 5107
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Internet address : https://muho.no/
Buyer profile : https://muho.no/
Roles of this organisation :
Buyer

8.1 ORG-0014

Official name : Museene i Sør-Trøndelag AS
Registration number : 993595675
Postal address : Postboks 6289 Torgarden
Town : Trondheim
Postcode : 7489
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Internet address : https://mist.no/
Buyer profile : https://mist.no/
Roles of this organisation :
Buyer

8.1 ORG-0015

Official name : Stiftinga musea i Sogn og Fjordane
Registration number : 994179136
Postal address : Gota 16
Town : Sandane
Postcode : 6823
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Roles of this organisation :
Buyer

8.1 ORG-0016

Official name : Museene i Akershus
Registration number : 974235390
Postal address : Postboks 168
Town : Strømmen
Postcode : 2011
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Internet address : https://mia.no/
Buyer profile : https://mia.no/
Roles of this organisation :
Buyer

8.1 ORG-0017

Official name : Mjøsmuseet AS
Registration number : 987828293
Postal address : Fabrikkvegen 48
Town : Kapp
Postcode : 2849
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Internet address : https://mjosmuseet.no/
Buyer profile : https://mjosmuseet.no/
Roles of this organisation :
Buyer

8.1 ORG-0018

Official name : Kon-Tiki Museet
Registration number : 958561814
Postal address : Bygøynesveien 36
Town : Oslo
Postcode : 0286
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Internet address : https://www.kon-tiki.no/
Roles of this organisation :
Buyer

8.1 ORG-0019

Official name : Stiftelsen bymuseet i Bergen
Registration number : 988212024
Postal address : Postboks 4052
Town : Sandviken
Postcode : 4052
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Øystein Mikalsen
Telephone : +47 95961421
Internet address : https://bymuseet.no/
Buyer profile : https://bymuseet.no/
Roles of this organisation :
Buyer

8.1 ORG-0020

Official name : Vestre Innlandet tingrett
Registration number : 926723758
Postal address : Postboks 69
Town : Gjøvik
Postcode : 2801
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 61020200
Roles of this organisation :
Review organisation

8.1 ORG-0021

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate

10. Change

Version of the previous notice to be changed : 6832bae8-0a34-492a-a540-c026318ca168-01
Main reason for change : Information updated

10.1 Change

Section identifier : LOT-0001
Notice information
Notice identifier/version : 9932bae8-0a34-492a-a540-c026318ca199 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/04/2025 09:09 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00210678-2025
OJ S issue number : 65/2025
Publication date : 02/04/2025