Dynamic purchasing system - Consultancy consultancy services in the technical sector for 6 municipalities in Telemark.

Telemark Innkjøpssamarbeid KO (TIS) intends to establish a dynamic procurement scheme for consultancy consultancy services for the technical sector for 6 municipalities in Mid and West Telemark. The competition is divided into 24 disciplines. Tenderers can join one or several of the dynamic procurement schemes. Telemark Innkjøpssamarbeid KO (TIS) intends …

CPV: 71240000 Usługi architektoniczne, inżynieryjne i planowania, 71000000 Usługi architektoniczne, budowlane, inżynieryjne i kontrolne, 71200000 Usługi architektoniczne i podobne, 71310000 Doradcze usługi inżynieryjne i budowlane, 71311000 Usługi doradcze w zakresie inżynierii lądowej i wodnej, 71313000 Usługi doradcze w zakresie środowiska naturalnego, 71313100 Usługi doradcze w zakresie kontroli hałasu, 71313200 Usługi doradcze w zakresie izolacji dźwiękoszczelnej oraz akustyki pomieszczeń, 71314300 Usługi doradcze w zakresie wydajności energetycznej, 71315210 Usługi doradcze w zakresie budownictwa, 71317100 Usługi doradcze w zakresie kontroli i ochrony przeciwpożarowej i przeciwwybuchowej, 71318000 Inżynieryjne usługi doradcze i konsultacyjne, 71320000 Usługi inżynieryjne w zakresie projektowania, 71321400 Usługi konsultacyjne w zakresie wentylacji, 71322000 Usługi inżynierii projektowej w zakresie inżynierii lądowej i wodnej, 71327000 Usługi projektowania konstrukcji nośnych, 71330000 Różne usługi inżynieryjne, 71332000 Geotechniczne usługi inżynieryjne, 71351210 Geofizyczne usługi doradcze, 71351220 Geologiczne usługi doradcze, 71400000 Usługi architektoniczne dotyczące planowania przestrzennego i zagospodarowania terenu, 71500000 Usługi związane z budownictwem, 71540000 Usługi zarządzania budową, 71541000 Usługi zarządzania projektem budowlanym, 71800000 Usługi konsultacyjne w zakresie dostaw wody i konsultacje dotyczące odpadów, 72224000 Usługi doradcze w zakresie zarządzania projektem, 90711100 Ocena ryzyka lub zagrożenia innego niż powodowanego przez branżę budowlaną, 90713000 Usługi konsultacyjne w zakresie zagadnień dotyczących środowiska
Miejsce wykonania:
Dynamic purchasing system - Consultancy consultancy services in the technical sector for 6 municipalities in Telemark.
Miejsce udzielenia zamówienia:
Midt-Telemark kommune
Numer nagrody:
25/75

1. Buyer

1.1 Buyer

Official name : Midt-Telemark kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Dynamic purchasing system - Consultancy consultancy services in the technical sector for 6 municipalities in Telemark.
Description : Telemark Innkjøpssamarbeid KO (TIS) intends to establish a dynamic procurement scheme for consultancy consultancy services for the technical sector for 6 municipalities in Mid and West Telemark. The competition is divided into 24 disciplines. Tenderers can join one or several of the dynamic procurement schemes.
Procedure identifier : 36e8387a-04ec-41aa-9883-48cbd8b5d3dc
Internal identifier : 25/75
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Disciplines in the dynamic procurement scheme: Architect/Civil Architect (ARK)Landscape Architect (LARK) Interior Architect (IARK) Area Planner Consulting Engineer construction (RIB) Consultant engineer HVAC (RIV) Consultant engineer water, sewage and surface water, transport system (RIVA) Consultant engineer for water, sewage, process facility (RIVA)Consultant engineer electro (RIE) Consultant engineer for road planning (RIVei) Consultant engineer fire (RIBr) Consulting engineer geotechnics (RIG) Consultant engineer geology (RIGberg)Project Manager (in all disciplines)Construction Manager (within all disciplines) Consultant engineer for energy and environment construction Coordinator designer (KP) Coordinator executing (KU) Mapping natural areas/biologists for NiN mapping Consultancy engineering outer environment (RIM) Consultant in acoustics (acoustics in construction, transport clothing, shooting range clothing, building and construction textiles) Watercourse technique, Basic acquisition Consultant engineer construction/bridge: The same tenderer is not required to provide consultancy services. consultancy services in several disciplines.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 71332000 Geotechnical engineering services
Additional classification ( cpv ): 71351210 Geophysical consultancy services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 90713000 Environmental issues consultancy services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 120 000 000 Norwegian krone

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)
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.
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?
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?
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 : Dynamic purchasing system - Consultancy consultancy services in the technical sector for 6 municipalities in Telemark.
Description : Telemark Innkjøpssamarbeid KO (TIS) intends to establish a dynamic procurement scheme for consultancy consultancy services for the technical sector for 6 municipalities in Mid and West Telemark. The competition is divided into 24 disciplines. Tenderers can join one or several of the dynamic procurement schemes.
Internal identifier : 25/75

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321400 Ventilation consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71327000 Load-bearing structure design services
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 71332000 Geotechnical engineering services
Additional classification ( cpv ): 71351210 Geophysical consultancy services
Additional classification ( cpv ): 71351220 Geological consultancy services
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 90713000 Environmental issues consultancy services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 10/03/2025
Duration end date : 11/03/2030

5.1.5 Value

Estimated value excluding VAT : 120 000 000 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 : The tenderer's economic and financial capacity
Description : Complete annual accounts for the last two years and a credit rating equivalent to A or better must be submitted together with the tender. See section 4.3.2 in the tender documentation. 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? Minimum qualification requirements
Use of this criterion : 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? 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 : 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 : 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. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : 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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/249110088.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
Variants : Not allowed
Deadline for receipt of requests to participate : 11/03/2030 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 : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, also usable by buyers not listed in this notice
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Telemark Tingrett

8. Organisations

8.1 ORG-0001

Official name : Midt-Telemark kommune
Registration number : 920297293
Postal address : Bøgata 67,
Town : BØ I TELEMARK
Postcode : 3833
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Contact point : Silje Ulverød
Telephone : +47 35059000
Fax : +47 35059009
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Telemark Tingrett
Registration number : 926723545
Town : Notodden
Country : Norway
Telephone : 35692000
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 576a7bcb-d1e4-4456-becc-b11dcae44580 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/02/2025 13:43 +00:00
Notice dispatch date (eSender) : 07/02/2025 14:18 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00092401-2025
OJ S issue number : 29/2025
Publication date : 11/02/2025