Prescription and non-prescription drugs, multi-dose and pharmaceutical inspection

All the municipalities in the procurement are the contracting authority and the contract party separately. The following 17 municipalities participate in this procurement: (municipal number: kommune) - 5605: Sør-Varanger kommune - 5607: Vadsø kommune - 5610: Kárákojoga gielda/Karasjok kommune - 5612: Guovdageaidnu suohkan/ Kautokeino kommune - 5614: Loppa kommune- 5618: …

CPV: 33600000 Produtos farmacêuticos, 33690000 Medicamentos vários
Prazo:
9 de Maio de 2025 às 10:00
Tipo de prazo:
Submissão da oferta
Local de execução:
Prescription and non-prescription drugs, multi-dose and pharmaceutical inspection
Local de premiação:
Finnut AS
Número do prémio:
2024-084

1. Buyer

1.1 Buyer

Official name : Finnut AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Berlevåg kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Båtsfjord kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Deanu gielda/Tana Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Guovdageaidnu suohkan/ Kautokeino kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Kárášjoga gielda/Karasjok kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Loabák gielda/Lavangen kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Loppa kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Målselv kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Måsøy kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nesna kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nordkapp kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Porsanger kommune/Porsáŋggu gielda/Porsangin komuuni
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Salangen kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Sørreisa kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Sør-Varanger kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Unjárgga Gielda/Nesseby Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Vadsø kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Prescription and non-prescription drugs, multi-dose and pharmaceutical inspection
Description : All the municipalities in the procurement are the contracting authority and the contract party separately. The following 17 municipalities participate in this procurement: (municipal number: kommune) - 5605: Sør-Varanger kommune - 5607: Vadsø kommune - 5610: Kárákojoga gielda/Karasjok kommune - 5612: Guovdageaidnu suohkan/ Kautokeino kommune - 5614: Loppa kommune- 5618: Måsøy municipality - 56 20: Nordkapp kommune - 5622: Porsanger kommune/Porsáŋggu gielda/Porsangin komuuni - 5628: Deanu gielda/Tana kommune - 5630: Berlevåg kommune - 5632: Båtsfjord kommune - 5636: Unjárgga Gielda/Nesseby kommune - 5518: Loabák gielda/Lavangen municipality - 5522: Salangen kommune - 5524: Målselv municipality - 5526: Sørreisa municipality - 1828: Nesna municipality
Procedure identifier : 0d6f66dc-6a89-4756-960e-42b9ff3bdb85
Internal identifier : 2024-084
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement is for framework agreements for the delivery of medicines (prescription and non prescription medicines), multi-dose and pharmaceutical inspection in each of the participating municipalities. Separate framework agreements shall be signed for each of the municipalities. The framework agreement applies to the municipalities ́ health centre, doctor office, emergency doctor surgery, home services, nursing and care institutions and laboratory services. The procurement concerns the purchase and ordering of medicines, packing and delivery to the contracting authorities ́ addresses, return of medicines (date and general return), multi-dose to persons in institutions and in the home care service, and pharmaceutical inspection in all municipalities.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33600000 Pharmaceutical products
Additional classification ( cpv ): 33690000 Various medicinal products

2.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 28 050 000 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)
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?
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 : Prescription and non-prescription drugs, multi-dose and pharmaceutical inspection
Description : All the municipalities in the procurement are the contracting authority and the contract party separately. The following 17 municipalities participate in this procurement: (municipal number: kommune) - 5605: Sør-Varanger kommune - 5607: Vadsø kommune - 5610: Kárákojoga gielda/Karasjok kommune - 5612: Guovdageaidnu suohkan/ Kautokeino kommune - 5614: Loppa kommune- 5618: Måsøy municipality - 56 20: Nordkapp kommune - 5622: Porsanger kommune/Porsáŋggu gielda/Porsangin komuuni - 5628: Deanu gielda/Tana kommune - 5630: Berlevåg kommune - 5632: Båtsfjord kommune - 5636: Unjárgga Gielda/Nesseby kommune - 5518: Loabák gielda/Lavangen municipality - 5522: Salangen kommune - 5524: Målselv municipality - 5526: Sørreisa municipality - 1828: Nesna municipality
Internal identifier : 2024-084

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33600000 Pharmaceutical products
Additional classification ( cpv ): 33690000 Various medicinal products

5.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/06/2025
Duration end date : 31/05/2029

5.1.5 Value

Estimated value excluding VAT : 28 050 000 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) : yes

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 : Tax and duties
Description : Tenderers shall enclose a tax and duty certificate, any arrears shall be explained. Arrears can lead to rejection. The certificate must be more recent than 6 months. 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. The minimum requirement for qualification requirements: Company Registration Certificate shall be enclosed with the reply.
Use of this criterion : 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 : 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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/04/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/247808600.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 : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 09/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 09/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark Tingrett

8. Organisations

8.1 ORG-0001

Official name : Finnut AS
Registration number : 981539885
Postal address : Rådhusgata 5
Town : VADSØ
Postcode : 9800
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Contact point : Anskaffelser Finnut
Telephone : +47 78950040
Fax : +47 78950041
Internet address : http://www.finnut.no
Roles of this organisation :
Buyer
Group leader
Central purchasing body acquiring supplies and/or services intended for other buyers

8.1 ORG-0002

Official name : Indre og Østre Finnmark Tingrett
Registration number : 926772840
Postal address : Postboks 54
Town : Vadsø
Postcode : 9811
Country : Norway
Telephone : 78011700
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Berlevåg kommune
Registration number : 962388108
Postal address : Råshusgata 2
Town : Berlevåg
Postcode : 9980
Country : Norway
Telephone : 78782000
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Båtsfjord kommune
Registration number : 938795592
Postal address : Hindberggate 18
Town : Båtsfjord
Postcode : 9990
Country : Norway
Telephone : 78985300
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Deanu gielda/Tana Kommune
Registration number : 943050527
Postal address : Rådhusveien 24
Town : Tana
Postcode : 9845
Country : Norway
Telephone : 46400200
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Guovdageaidnu suohkan/ Kautokeino kommune
Registration number : 945475056
Postal address : Bredbuktnesveien 6
Town : Kautokeino
Postcode : 9522
Country : Norway
Telephone : 78487100
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Kárášjoga gielda/Karasjok kommune
Registration number : 963376030
Postal address : Postboks 84
Town : Karasjok
Postcode : 9735
Country : Norway
Telephone : 78468000
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Loabák gielda/Lavangen kommune
Registration number : 959469881
Postal address : Nesveien 7
Town : Lavangen
Postcode : 9357
Country : Norway
Telephone : 77176500
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Loppa kommune
Registration number : 963063237
Postal address : Parkveien 1/3
Town : Øksfjord
Postcode : 9550
Country : Norway
Telephone : 78453000
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Målselv kommune
Registration number : 972418005
Postal address : Mellombygdveien 216
Town : Moen
Postcode : 9321
Country : Norway
Telephone : 77837700
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Måsøy kommune
Registration number : 941087957
Postal address : Postboks 71
Town : Havøysund
Postcode : 9691
Country : Norway
Telephone : 78424000
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : Nesna kommune
Registration number : 939600515
Postal address : Movegen 24
Town : Nesna
Postcode : 8700
Country : Norway
Telephone : 75067000
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : Nordkapp kommune
Registration number : 938469415
Postal address : Postboks 403
Town : Honningsvåg
Postcode : 9751
Country : Norway
Telephone : 78486500
Roles of this organisation :
Buyer

8.1 ORG-0014

Official name : Porsanger kommune/Porsáŋggu gielda/Porsangin komuuni
Registration number : 959411735
Postal address : Boks 400
Town : Lakselv
Postcode : 9712
Country : Norway
Telephone : 78460000
Roles of this organisation :
Buyer

8.1 ORG-0015

Official name : Salangen kommune
Registration number : 961416388
Postal address : Postboks 77
Town : Sjøvegan
Postcode : 9355
Country : Norway
Telephone : 77172000
Roles of this organisation :
Buyer

8.1 ORG-0016

Official name : Sørreisa kommune
Registration number : 940755603
Postal address : Storvegen 20
Town : Sørreisa
Postcode : 9310
Country : Norway
Telephone : 77875000
Roles of this organisation :
Buyer

8.1 ORG-0017

Official name : Sør-Varanger kommune
Registration number : 942110286
Postal address : Boks 406
Town : Kirkenes
Postcode : 9915
Country : Norway
Telephone : 78977400
Roles of this organisation :
Buyer

8.1 ORG-0018

Official name : Unjárgga Gielda/Nesseby Kommune
Registration number : 839953062
Postal address : Soltunveien 30
Town : Varangerbotn
Postcode : 9840
Country : Norway
Telephone : 40440500
Roles of this organisation :
Buyer

8.1 ORG-0019

Official name : Vadsø kommune
Registration number : 964993602
Postal address : Postboks 614
Town : Vadsø
Postcode : 9811
Country : Norway
Telephone : 78942300
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : c82f15dd-dd73-492e-9cc7-5bdb49ab4545 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/03/2025 13:21 +00:00
Notice dispatch date (eSender) : 24/03/2025 13:56 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00194600-2025
OJ S issue number : 60/2025
Publication date : 26/03/2025