Print, scan and copy as a service (PraaS)

Nofima AS 'The Contracting Authority', 'the Customer') ́s main objective with this procurement is to establish an operational contract with one service provider who shall cover the need for secure printouts, copies and secure scans as a service (PraaS). Nofima currently has a combination of one owned and one hired …

CPV: 30000000 Máquinas, equipo y artículos de oficina y de informática, excepto mobiliario y paquetes de software, 30200000 Equipo y material informático, 30230000 Equipo relacionado con la informática, 30232000 Periféricos, 30232100 Impresoras y trazadores gráficos, 30232130 Impresoras para gráficos en color, 32580000 Equipo de datos, 48000000 Paquetes de software y sistemas de información, 48700000 Utilidades de paquetes de software, 48770000 Paquetes de software de utilidades generales, de compresión y de impresión, 48773000 Paquetes de software de utilidades de impresión, 48773100 Paquetes de software de cola de impresión, 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72300000 Servicios relacionados con datos, 72500000 Servicios informáticos, 72510000 Servicios de gestión relacionados con la informática, 79000000 Servicios a empresas: legislación, mercadotecnia, asesoría, selección de personal, imprenta y seguridad, 79500000 Servicios de ayuda en las funciones de oficina, 79520000 Servicios de reprografía, 79521000 Servicios de fotocopia
Lugar de ejecución:
Print, scan and copy as a service (PraaS)
Organismo adjudicador:
Nofima AS
Número de premio:
August 2024 PraaS

1. Buyer

1.1 Buyer

Official name : Nofima AS
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Print, scan and copy as a service (PraaS)
Description : Nofima AS 'The Contracting Authority', 'the Customer') ́s main objective with this procurement is to establish an operational contract with one service provider who shall cover the need for secure printouts, copies and secure scans as a service (PraaS). Nofima currently has a combination of one owned and one hired machinery with operations and service agreements. Nofima will ensure that the existing agreements are terminated. The new system shall be delivered and operated by a service provider such as a Software as a Service (SaaS) system for Nofima's users, and must be available on mobile areas such as PCs, tablets and mobiles, independent of the user's place of work and without a requirement for own hardware to use the system. The tenderer shall be responsible for upgrading the system throughout the entire contract period and must take responsibility for the operation, maintenance and safety of the system and underlying infrastructure.
Procedure identifier : 141fdc3a-f77b-4fb7-8e42-ecec5b12a649
Internal identifier : August 2024 PraaS
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 : As a part of Nofima's sustainability work, digital systems shall be implemented that reduce the need for printouts and copies, which the tenderer must take into consideration as regards volume and capacity assumptions in this procurement in the future. Expectations with the agreement: Reduced total operational cost of machines and equipmentRedued time for operation and follow-up of the service Induced printout volume and paper consumptionEtpart terms and only one monthly invoice that covers the entire service spectrum, including service, toner and machine costs, Uniform and adapted machinery to our needsA flexible and scalable agreement with predictable costs High degree of security and protection against threats Service with high stability and uptime. Proactivity and continual improvement from the Supplier's side.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30232000 Peripheral equipment
Additional classification ( cpv ): 30232100 Printers and plotters
Additional classification ( cpv ): 30232130 Colour graphics printers
Additional classification ( cpv ): 32580000 Data equipment
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48770000 General, compression and print utility software package
Additional classification ( cpv ): 48773000 Print utility software package
Additional classification ( cpv ): 48773100 Print-spooling software package
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79500000 Office-support services
Additional classification ( cpv ): 79520000 Reprographic services
Additional classification ( cpv ): 79521000 Photocopying services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Print, scan and copy as a service (PraaS)
Description : Nofima AS 'The Contracting Authority', 'the Customer') ́s main objective with this procurement is to establish an operational contract with one service provider who shall cover the need for secure printouts, copies and secure scans as a service (PraaS). Nofima currently has a combination of one owned and one hired machinery with operations and service agreements. Nofima will ensure that the existing agreements are terminated. The new system shall be delivered and operated by a service provider such as a Software as a Service (SaaS) system for Nofima's users, and must be available on mobile areas such as PCs, tablets and mobiles, independent of the user's place of work and without a requirement for own hardware to use the system. The tenderer shall be responsible for upgrading the system throughout the entire contract period and must take responsibility for the operation, maintenance and safety of the system and underlying infrastructure.
Internal identifier : August 2024 PraaS

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30232000 Peripheral equipment
Additional classification ( cpv ): 30232100 Printers and plotters
Additional classification ( cpv ): 30232130 Colour graphics printers
Additional classification ( cpv ): 32580000 Data equipment
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48770000 General, compression and print utility software package
Additional classification ( cpv ): 48773000 Print utility software package
Additional classification ( cpv ): 48773100 Print-spooling software package
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79500000 Office-support services
Additional classification ( cpv ): 79520000 Reprographic services
Additional classification ( cpv ): 79521000 Photocopying services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 72 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
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 : The tenderer's economic and financial capacity
Description : Tenderers must have sufficient economic and financial capacity to be able to carry out the assignment. Tenderers must as a minimum be credit worthy without security requirements. • A credit rating based on the most recent financial figures (2023). The rating shall be carried out by a credit rating company with licence to conduct this service. • The contracting authority reserves the right to carry out a credit assessment. The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity. • If there is doubt about whether the tenderer fulfils the requirement, the contracting authority may require further documentation of the financial capacity. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration, authorisations, etc.
Description : Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. • Norwegian companies: Company Registration Certificate. Foreign companies: Proof that the company registered a company register in accordance with the law in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Tenderers shall have experience from at least three relevant contract deliveries, i.e. the establishment and operation of PraaS, which mainly covers the elements that apply in this contract. Description of the tenderer's three most relevant and comparable services. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. The description shall have a maximum of three A4 pages for all three comparable projects. NB: The reference assignments are also relevant for selection of any redundant applicants who fulfil the qualification requirements, cf. point 6 below. A total of up to 5 reference assignments are allowed described over up to 5 pages. Tenderers shall have a satisfactory environmental management system that manages how the company safeguards relevant environmental considerations connected to the Tenderer's activities, products and services. Description of the tenderer's central environmental management measures. The description shall have a maximum of two A4 pages. The qualification requirement will also be seen as fulfilled if the tenderer can present certificates issued by independent bodies as documentation that the tenderer fulfils recognised environmental management systems or standards. In this case, it is not necessary to describe the environmental management measures Minimum qualification requirements
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 60
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

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/235945717.aspx
Ad hoc communication channel :
Name : Mercell

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 : 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 : 30/09/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Nord-Troms og Senja Tingrett

8. Organisations

8.1 ORG-0001

Official name : Nofima AS
Registration number : 989278835
Postal address : Muninbakken 9-13
Town : TROMSØ
Postcode : 9019
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Contact point : Kari Grønlien
Telephone : +47 77629000
Internet address : http://www.nofima.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Nord-Troms og Senja Tingrett
Registration number : 926723022
Department : Nofima AS
Postal address : Fr Nansensplass 17
Town : Tromsø
Postcode : 9008
Country : Norway
Telephone : 77603400
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : b3e05659-df68-4acb-9f7b-bbb6fbfc081c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/08/2024 11:11 +00:00
Notice dispatch date (eSender) : 23/08/2024 11:46 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00511411-2024
OJ S issue number : 165/2024
Publication date : 26/08/2024