Tender Details
Title
Norway – Vehicles for refuse – Purchase of sanitation vehicles - Trondheim cleaning works - prequalification Place of performance: Norway,Trøndelag Main nature of the contract: Supplies Official name: Trondheim Renholdsverk AS Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation
Country
Language
English
Organization
Published Date
05.06.2024
Deadline Date
08.07.2024
Overview
332188-2024 - Competition Competition Norway: Vehicles for refuse Purchase of sanitation vehicles - Trondheim cleaning works - prequalification Norway, Trøndelag (NO060) Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation Buyer Buyer: Trondheim Renholdsverk AS Norway, Heimdal LOT-0000: Purchase of sanitation vehicles - Trondheim cleaning works Vehicles for refuse Norway, Trøndelag (NO060) Other duration: UNKNOWN Deadline for receipt of requests to participate: 08/07/2024 - 10:00:00 (UTC) 332188-2024 - Competition Norway – Vehicles for refuse – Purchase of sanitation vehicles - Trondheim cleaning works - prequalification OJ S 108/2024 05/06/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Trondheim Renholdsverk AS Legal type of the buyer: Public undertaking, controlled by a local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Purchase of sanitation vehicles - Trondheim cleaning works - prequalification Description: Trondheim cleaning works shall procure new refuse collection vehicles and it shall implement a tender contest with negotiations. The competition is divided into 4 sub-contracts, divided between the different types of vehicles. Service agreements shall also be signed for the different types of vehicles. The length of the service contracts is 7 years, with an option to extend further if needed. Tenderers can submit parallel tenders. See the specifications for which requirements parallel tenders are allowed. See the other procurement documents for further information on the procurement ́s content and extent. Procedure identifier: 652e303e-fe01-4c22-b24b-84c03794b108 Internal identifier: 24/00297 Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation The procedure is accelerated: no Main features of the procedure: General needs description The contracting authority shall enter into 4 contracts that include: Sub-contract 1 - Small container vehicles with 2 chambers - 14 item contract 2 - Hook vehicles with crane for washing containers - 2 part contract 3 - Crane vehicles - 4 parts contract 4 - Satellite cars - 2 items The competition is divided into 4 sub-contracts, divided between the different types of vehicles. Service agreements shall also be signed for the different types of vehicles. The length of the service contracts is 7 years, with an option to extend further if needed. Tenderers can submit parallel tenders. See the specifications for which requirements parallel tenders are allowed. See the other procurement documents for further information on the procurement ́s content and extent. 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 34144510 Vehicles for refuse Additional classification (cpv): 34100000 Motor vehicles, 34140000 Heavy-duty motor vehicles, 34142000 Crane and dumper trucks, 34142200 Skip loaders, 34144000 Special-purpose motor vehicles, 34144500 Vehicles for refuse and sewage, 34200000 Vehicle bodies, trailers or semi-trailers, 34300000 Parts and accessories for vehicles and their engines, 34900000 Miscellaneous transport equipment and spare parts, 50000000 Repair and maintenance services, 50110000 Repair and maintenance services of motor vehicles and associated equipment 2.1.2. Place of performance Country subdivision (NUTS): Trøndelag (NO060) Country: Norway 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: LOT-0000 Title: Purchase of sanitation vehicles - Trondheim cleaning works Description: General Needs Description The contracting authority shall enter into 4 agreements that include: Sub-contract 1 - Small container vehicles with 2 chambers - 14 items. Sub-contract 2 - Hook lorries with crane for washing containers - 2 Sub-contract 3 - Crane vehicles - four Sub-contract 4 - Satellite vehicles - two The competition is divided into 4 sub-contracts, divided between the different types of vehicles. Service agreements shall also be signed for the different types of vehicles. The length of the service contracts is 7 years, with an option to extend further if needed. Tenderers can submit parallel tenders. See the specifications for which requirements parallel tenders are allowed. See the other procurement documents for further information on the procurement ́s content and extent. Internal identifier: 24/00297 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 34144510 Vehicles for refuse Additional classification (cpv): 34000000 Transport equipment and auxiliary products to transportation, 34100000 Motor vehicles, 34140000 Heavy-duty motor vehicles, 34142000 Crane and dumper trucks, 34144000 Special-purpose motor vehicles, 34144500 Vehicles for refuse and sewage, 34200000 Vehicle bodies, trailers or semi-trailers, 34300000 Parts and accessories for vehicles and their engines, 34900000 Miscellaneous transport equipment and spare parts, 50000000 Repair and maintenance services, 50100000 Repair, maintenance and associated services of vehicles and related equipment, 50110000 Repair and maintenance services of motor vehicles and associated equipment Options: Description of the options: Options are in annex 1 and Annex 3 for the different sub-contracts. 5.1.2. Place of performance Country subdivision (NUTS): Trøndelag (NO060) Country: Norway 5.1.3. Estimated duration Other duration: Unknown 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) 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: Minimum qualification requirements Requirements: Tenderers must have the financial capacity to carry out the assignment/contract. Tenderers are required to be credit worthy and have satisfactory liquidity and solidity, minimum rating A or equivalent. Documentation requirement: Credit rating based on the most recent financial figures. The credit rating must not be more than three months old. The rating shall be carried out by a credit rating company with licence to conduct this service. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, the tenderer can document its economic and financial capacity by presenting any other document that the contracting authority deems appropriate. 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. Minimum qualification requirements Requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. Foreign companies: Documentation that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established. The certificate must not be older than 12 months calculated from the tender deadline. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Only for public goods deliveries Description: Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Requirement: Tenderers shall have experience from comparable contracts. Documentation requirement: Completed Part 1 annex 3. Description of relevant, comparable deliveries in the last 3 years. Including information about the value, time and recipient (name, telephone and email). The contracting authority must be given the authority to contact the person in question. The references will only be contacted if required. If it is necessary to ensure sufficient competition, the contracting authority can consider documentation for relevant deliveries or services that the tenderer has carried out more than three years ago, cf. the Public Procurement Regulations § 16-6. Use of this criterion: Used The criteria will be used to select the candidates to be invited for the second stage of the procedure Weight (percentage, exact): 100 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: Minimum qualification requirements Requirements: Tenderers are required to have a quality assurance system. Documentation requirement: Description of the company's implemented routines regarding quality assurance/management, with emphasis on quality assurance, resource management, manager responsibility and continuous analysis and improvement. The tenderer ́s routines for auditing the system shall also be described. If this is described in the tenderer ́s quality assurance system iht. ISO 9001 or equivalent, documentation of this can be enclosed. Use of this criterion: 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: Minimum qualification requirements Requirement: Tenderers are required to have an environmental management system. Documentation requirement: An account of the tenderer ́s existing routines and documentation that the requirement for the environmental management system applicable for the assignment is met. The tenderer ́s routines for auditing the system shall also be described. If this is described in the tenderer ́s environmental management system iht. ISO 14001, EMAS, Miljøfyrtårn or equivalent, documentation of this can be enclosed. If a tenderer does not have an environmental management system, the tenderer must be willing to implement it within six months of the contract being signed. This shall be documented in writing. Use of this criterion: 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 Information about the second stage of a two-stage procedure: Minimum number of candidates to be invited for the second stage of the procedure: 3 Maximum number of candidates to be invited for the second stage of the procedure: 5 The procedure will take place in successive stages. At each stage, some participants may be eliminated The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations 5.1.10. Award criteria Criterion: Type: Quality Name: Quality and functionality Description: Response to evaluation requirements (Requirements marked with T or SD/T) in the requirement specifications marked with "Weighting functionality". Evaluation of comfort in the cabin when test driving (cf. Part 2 Annex 1a-d and stated point 2 Annex 1 for the different sub-contracts). Weight (percentage, exact): 40 Criterion: Type: Quality Name: Environment Description: Response to evaluation requirements (Requirements marked with T or SD/T) in the requirement specifications marked "Weighting Environment". Delivery. We would like the vehicles to be delivered as quickly as possible. Tenderers are asked to state the delivery time (in weeks from the order) for a complete vehicle including the addition. Shorter delivery times will be awarded. Weight (percentage, exact): 35 Criterion: Type: Price Name: Price Description: Completed Price Form Part 2 Annex 3 Price Form for the different sub-contracts Weight (percentage, exact): 25 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Deadline for requesting additional information: 25/06/2024 22:00:00 (UTC) Address of the procurement documents: https://permalink.mercell.com/227034531.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/227034531.aspx Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Variants: Not allowed Tenderers may submit more than one tender Deadline for receipt of requests to participate: 08/07/2024 10:00:00 (UTC) Terms of contract: Conditions relating to the performance of the contract: See the attached contract terms, in particular Annex 4 - Ethical Guidelines. 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 5.1.16. Further information, mediation and review Review organisation: Trøndelag tingrett Organisation receiving requests to participate: Trondheim Renholdsverk AS Organisation processing tenders: Trondheim Renholdsverk AS 8. Organisations 8.1. ORG-0001 Official name: Trondheim Renholdsverk AS Registration number: 988964573 Postal address: Heggstadmoen 53 Town: Heimdal Postcode: 7080 Country: Norway Contact point: Kristin Haugen Andreassen Email: kristin.andreassen@trv.no Telephone: +47 90063037 Internet address: https://odinprosjekt.no/ Roles of this organisation: Buyer Organisation receiving requests to participate Organisation processing tenders 8.1. ORG-0002 Official name: Trøndelag tingrett Registration number: 926722794 Town: Trondheim Country: Norway Email: trondelag.tingrett@domstol.no Telephone: 73542400 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: ded21e61-b000-40d5-962c-474cf48d10a5 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 03/06/2024 20:00:57 (UTC) Notice dispatch date (eSender): 04/06/2024 06:26:47 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 332188-2024 OJ S issue number: 108/2024 Publication date: 05/06/2024 Czech document download: https://ted.europa.eu/cs/notice/332188-2024/pdf Danish document download: https://ted.europa.eu/da/notice/332188-2024/pdf German document download: https://ted.europa.eu/de/notice/332188-2024/pdf Greek document download: https://ted.europa.eu/el/notice/332188-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/332188-2024/pdf English document download: https://ted.europa.eu/en/notice/332188-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/332188-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/332188-2024/pdf French document download: https://ted.europa.eu/fr/notice/332188-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/332188-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/332188-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/332188-2024/pdf Italian document download: https://ted.europa.eu/it/notice/332188-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/332188-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/332188-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/332188-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/332188-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/332188-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/332188-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/332188-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/332188-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/332188-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/332188-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/332188-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Industrial Truck Copper Religious Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Automotive Parts Turned Product and Screw Other Justice Machinery Regulation Truck Investigation Engine Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business Environment All Other Professional General Freight Trucking Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Engine Copper Construction Professional Truck Process Funds
CPVS
Tools Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Parts of trailers, semi-trailers and other vehicles Satellites Repair, maintenance and associated services related to aircraft and other equipment Cranes Collection, transport and disposal of hospital waste Other containers System, storage and content management software package Semi-trailers Environmental management Mains Trailers Control, safety, signalling and light equipment Nuts Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Wheels, parts and accessories Repair, maintenance and associated services related to marine and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Lead Photographs Sewage work Feasibility study, advisory service, analysis Research, testing and scientific technical simulator Forklift trucks, works trucks, railway-station platforms tractors Seals Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems Cranes, mobile lifting frames and works trucks fitted with a crane System, storage and content management software development services Forms Parts of chain Chain Large containers Motors Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Repair, maintenance and associated services related to roads and other equipment Sewage, refuse, cleaning and environmental services Pressure-reducing, control, check or safety valves Trailers, semi-trailers and mobile containers Catalogues Engine parts Parts of other vehicles Cabins Engines Other services Parts of works trucks Works trucks Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Repair, maintenance and associated services of vehicles and related equipment Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Security, fire-fighting, police and defence equipment Administration, defence and social security services Parts of cranes Postal orders Electronic, electromechanical and electrotechnical supplies Designs Tool parts Repair, maintenance and associated services related to railways and other equipment Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Motor vehicles Satellites Engines Cabin Clean room Chains Nuts Hooks Awards Business cases Environmental management Inspection Quality control Co financing Equipment cases Liability insurance Crane vehicles Case making services Seals Trailer and semi-trailer parts Financial Instruments, Products, Contracts and Agreements Securities Direction Finding Equipment, Accessories E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Clinical laboratory and toxicology testing systems, components, and supplies Humanitarian Relief Items, Kits, or Accessories Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe Western Europe
Sectors
Water and Sanitation Law and Legal Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert