Framework agreements for belts and magazine gloves for the Norwegian Armed Forces penuniforms 2024013441

The Norwegian Defence Materiel Agency hereby announces negotiations for the purpose of entering into framework agreements for belts and magazine box for the Norwegian Armed Forces' penuniforms. The contracts will be for framework agreements consisting of the following sub-areas: Lot 1 BANDOLARY, LIVREM, BLACK, SEA BELT, GUARD BELT, BLACK, HMKG …

CPV: 35811300 Uniformes militares, 18425000 Cinturones, 18425100 Bandoleras, 18923100 Bolsas pequeñas, 19100000 Cuero, 35812000 Uniformes de combate
Lugar de ejecución:
Framework agreements for belts and magazine gloves for the Norwegian Armed Forces penuniforms 2024013441
Organismo adjudicador:
FORSVARSMATERIELL
Número de premio:
2024013441

1. Buyer

1.1 Buyer

Official name : FORSVARSMATERIELL
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Framework agreements for belts and magazine gloves for the Norwegian Armed Forces penuniforms 2024013441
Description : The Norwegian Defence Materiel Agency hereby announces negotiations for the purpose of entering into framework agreements for belts and magazine box for the Norwegian Armed Forces' penuniforms. The contracts will be for framework agreements consisting of the following sub-areas: Lot 1 BANDOLARY, LIVREM, BLACK, SEA BELT, GUARD BELT, BLACK, HMKG BELT, SERVICE CROSS BANDOLAIREREM, CARRIER STRAP, KÅRDE, SVARTREM, SUSPENSION, BALG, BAJONETT, HMKGTASKE, MAGAZINE parts area 2BELTE, GALLA, GOLD /SILVER, ARMY AND BELT, PARADE, GOLD/SILVER, AIR BELT, LACQUER, ARMY/AIR BELT, PARADE, SABERGE HANGER, SEA PART AREA 3 BELT, PARADE, MENIG, HMQ BELT, PARADE, SERGEANT, HSE AREA 4BELTE, PARADE, SCARF, OF, HMKGBELTE, PARADE, WEB, WHITE, SEA BRACELAIN, WHITE, F.BUTTONS, ALL Each sub-area has in addition two service elements, a part for the development of new products equivalent to those in the product portfolio, and a part for the development of product drawings. See Annex B requirement specifications for further details on the products. Questions shall be sent to Captain David Marinius Frivold through the communication tab in Mercell within the deadlines stated in the progress plan in the Procurement Rules section 2.3.1.
Procedure identifier : 7bc9a4ca-34d7-479c-9ef8-d90edb78fe51
Internal identifier : 2024013441
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 contracts will be for framework agreements consisting of the following sub-areas: Lot 1 BANDOLARY, LIVREM, BLACK, SEA BELT, GUARD BELT, BLACK, HMKG BELT, SERVICE CROSS BANDOLAIREREM, CARRIER STRAP, KÅRDE, SVARTREM, SUSPENSION, BALG, BAJONETT, HMKGTASKE, MAGAZINE parts area 2BELTE, GALLA, GOLD /SILVER, ARMY AND BELT, PARADE, GOLD/SILVER, AIR BELT, LACQUER, ARMY/AIR BELT, PARADE, SABERGE HANGER, SEA PART AREA 3 BELT, PARADE, MENIG, HMQ BELT, PARADE, SERGEANT, HSE AREA 4BELTE, PARADE, SCARF, OF, HMKGBELTE, PARADE, WEB, WHITE, SEA BRACELAIN, WHITE, F.BUTTONS, ALLIt is referred to Annex B requirement specification for further details on the products.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 35811300 Military uniforms
Additional classification ( cpv ): 18425000 Belts
Additional classification ( cpv ): 18425100 Bandoliers
Additional classification ( cpv ): 18923100 Pouches
Additional classification ( cpv ): 19100000 Leather
Additional classification ( cpv ): 35812000 Combat uniforms

2.1.2 Place of performance

Postal address : Grev Wedels plass 1
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 72 000 000 Norwegian krone
Maximum value of the framework agreement : 72 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

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.
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).
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 : Framework agreements for belts and magazine gloves for the Norwegian Armed Forces penuniforms 2024013441
Description : The Norwegian Defence Materiel Agency hereby announces negotiations for the purpose of entering into framework agreements for belts and magazine box for the Norwegian Armed Forces' penuniforms. The contracts will be for framework agreements consisting of the following sub-areas: Lot 1 BANDOLARY, LIVREM, BLACK, SEA BELT, GUARD BELT, BLACK, HMKG BELT, SERVICE CROSS BANDOLAIREREM, CARRIER STRAP, KÅRDE, SVARTREM, SUSPENSION, BALG, BAJONETT, HMKGTASKE, MAGAZINE parts area 2BELTE, GALLA, GOLD /SILVER, ARMY AND BELT, PARADE, GOLD/SILVER, AIR BELT, LACQUER, ARMY/AIR BELT, PARADE, SABERGE HANGER, SEA PART AREA 3 BELT, PARADE, MENIG, HMQ BELT, PARADE, SERGEANT, HSE AREA 4BELTE, PARADE, SCARF, OF, HMKGBELTE, PARADE, WEB, WHITE, SEA BRACELAIN, WHITE, F.BUTTONS, ALL Each sub-area has in addition two service elements, a part for the development of new products equivalent to those in the product portfolio, and a part for the development of product drawings. See Annex B requirement specifications for further details on the products. Questions shall be sent to Captain David Marinius Frivold through the communication tab in Mercell within the deadlines stated in the progress plan in the Procurement Rules section 2.3.1.
Internal identifier : 2024013441

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35811300 Military uniforms
Additional classification ( cpv ): 18425000 Belts
Additional classification ( cpv ): 18425100 Bandoliers
Additional classification ( cpv ): 18923100 Pouches
Additional classification ( cpv ): 19100000 Leather
Additional classification ( cpv ): 35812000 Combat uniforms

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 30/10/2025
Duration end date : 31/10/2030

5.1.5 Value

Estimated value excluding VAT : 72 000 000 Norwegian krone

5.1.6 General information

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

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 : K2. Economic and financial capacity
Description : QUALIFICATION REQUIREMENT: Tenderers shall have an average annual turnover of minimum NOK 15 million for sub-area 1. Tenderers shall have an annual average turnover of minimum NOK 10 million for sub area 2. Tenderers shall have an annual average turnover of minimum NOK 4 million for sub area 3. The tenderer shall have an average annual turnover of minimum NOK 4 million for sub-area 4. DOCUMENTATION REQUIREMENT: The tenderer's Annual Financial Statements (including notes with the Board's and auditor's reports) from the last two years. If the Annual Financial Statements for the last year are not finished before the deadline for requests for this contest expires, the last year's preliminary annual accounts should also be attached. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : K3 Economic and financial capacity
Description : QUALIFICATION REQUIREMENT: Tenderers shall have the necessary economic and financial capacity to fulfil the contract. It is sufficient to fulfil the requirement that the tenderer has achieved the credit rating of "credit worthy" or equivalent. DOCUMENTATION REQUIREMENT: Credit rating from a certified credit rating company based on the last known accounting figures. The assessment must not be older than 3 months from the tender deadline. 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 : Other
Name : K6: Quality assurance system and environmental standard.
Description : QUALIFICATION REQUIREMENT: Tenderers shall have established, adopted and maintained a quality management system that is in accordance with the requirements in ISO 9001:2015 "Management Systems for quality - Requirement". The tenderer's quality management system shall be relevant for what the tenderer shall deliver through the scope of the contract, jf. ISO 9001:2015, 4.3 - "Determine the scope of the quality management system". DOCUMENTATION REQUIREMENT: If the tenderer is certified in accordance with ISO 9001:2015, it will be sufficient to present a copy of a valid ISO 9001:2015 certificate, with a scope that is relevant for the scope of the contract and which is issued by a third party accredited certification body. If the tenderer does not have a valid ISO 9001:2015 certificate, the tenderer shall submit a scoped description for the current Quality Management System and a Conformity Matrix, which shows consistency between the tenderer's quality management system and ISO 9001:2015. The conformity matrix shall have reference to documented information (process descriptions, procedures, instructions etc.) in the tenderer ́s quality management system, with reference to the document name/number and the requirements in ISO 9001:2015. Part 1 Annex 5 Conformity Matrix Template shall be used here. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : K7: Quality assurance system and environmental standard.
Description : QUALIFICATION REQUIREMENT: Tenderers shall have established and adopted an environmental management system that as a minimum consists of the following elements: • A system for the company's environmental considerations and environment policy • Strategy for competence in the environmental field • A system for monitoring and controlling the most important qualities of the company's operations that can have a significant impact on the environment. DOCUMENTATION REQUIREMENT: If the tenderer is certified in accordance with ISO 14001:2015 or equivalent standards, it will be sufficient to present a copy of a valid certificate. If other certificates are enclosed than the certificate for ISO 14001:2015, the tenderer must provide an account of, as well as show how the qualification requirement is fulfilled. If the tenderer does not have a valid ISO 14001:2015 certificate, the tenderer shall present a description of the applicable environmental management system. The description must document the elements in the qualification requirement and refer to page numbers where these elements are described. Minimum qualification requirements
Use of this criterion : 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 : K1. Aptitude
Description : QUALIFICATION REQUIREMENT: Tenderers shall be registered in a company register or trade register in the country where the tenderer is established. DOCUMENTATION REQUIREMENT: Norwegian tenderers: • Company Registration Certificate Foreign tenderers: • Confirmation that the tenderer is registered in a company register or trade register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for public goods deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important 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 : Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with certificates.
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : When procuring goods: Certificates issued by official bodies for quality control
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : K4: Technical and professional qualifications
Description : Qualification requirement: Tenderers shall have good experience from similar deliveries that can be verified by the Contracting Authority. 'Experience' means a minimum of 3 and maximum 5 references that together fulfil the requirements for 'similar deliveries'. 'similar deliveries' means similar products in main material leather and accompanying metal components with similar construction. Documentation requirement: Overview of the tenderer's three most relevant contracts in the course of the last three years. In order to ensure sufficient competition, documentation for several deliveries and that the tenderer has carried out more than 3 years ago can be considered, but not more than five references. References/end-users of the product must be stated for the reference. The contracting authority reserves the right to contact the tenderer's references. It is the tenderer ́s responsibility to document relevance through the description. The references shall be stated in Part 1 Annex 3 Qualification Requirements Reference Form. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : K5: Technical and professional qualifications
Description : QUALIFICATION REQUIREMENT: Tenderers must have access to technical key personnel with good knowledge of the production of the offered products, or similar products. DOCUMENTATION REQUIREMENT: Overview of central technical personnel. Information shall be provided on the name and position of the central technical personnel. CVs are not requested here. The description shall be given in Part 1 Annex 4 Qualification Requirements Technical personnel Minimum requirements for 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/252863756.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 : 28/04/2025 11:00 +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 : yes
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 8
Justification for the duration of the framework agreement : The framework agreements ́ length will be five years, as there are particular conditions connected to, among other things, the objective of the contract, investment costs and the user ́s needs in accordance with PPR § 11-1 (4).
Additional buyer coverage : N/A
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Organisation providing more information on the review procedures : FORSVARSMATERIELL

8. Organisations

8.1 ORG-0001

Official name : FORSVARSMATERIELL
Registration number : 916075855
Postal address : Grev Wedels plass 1
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : David Marinius Frivold
Telephone : 474 51 515
Internet address : https://FMA.NO
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Postal address : C. J. Hambros plass 4
Town : OSLO
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Oslo tingrett
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : fe6cbc21-5680-4ec9-bde7-be939f973fdf - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/03/2025 07:18 +00:00
Notice dispatch date (eSender) : 24/03/2025 07:18 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00190630-2025
OJ S issue number : 59/2025
Publication date : 25/03/2025