Tender Details
Title
Norway – Education and training services – Development and implementation of courses - Terrain vehicles Place of performance: Norway Main nature of the contract: Services Official name: Statnett SF Type of procedure: Other multiple stage procedure
Country
Language
English
Organization
Published Date
11.06.2024
Deadline Date
12.07.2024
Overview
343730-2024 - Competition Competition Norway: Education and training services Development and implementation of courses - Terrain vehicles Norway, Anywhere in the given country Type of procedure: Other multiple stage procedure Buyer Buyer: Statnett SF Norway, OSLO LOT-0000: Development and implementation of courses - Terrain vehicles Education and training services Norway, Anywhere in the given country Duration: 4 Years Deadline for receipt of requests to participate: 12/07/2024 - 10:00:00 (UTC) 343730-2024 - Competition Norway – Education and training services – Development and implementation of courses - Terrain vehicles OJ S 112/2024 11/06/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Statnett SF Legal type of the buyer: Public undertaking, controlled by a central government authority Activity of the contracting entity: Electricity-related activities 2. Procedure 2.1. Procedure Title: Development and implementation of courses - Terrain vehicles Description: Statnett shall, with this procurement, establish a joint storyboard/course plan/curriculum for courses in terrain vehicles, where avalanches are an integrated part of training for winter vehicles. ATV, UTV, avalanches and snowmobiles are the main focus. The course methodology shall be able to be expanded to other types of terrain vehicles (tracked vehicles, musk eggs etc.) when needed, so that a module based plan is probably advantageous. Statnett's instructions, laws and regulations, as well as the contractor's solid experience and competence, shall ensure a teaching methodology that Statnett can use as future orientated and secure training. Practical part of the snowmobile will preferably be held together with module avalanche. It is important that tenderers can attend to teaching on these types of modules with great professional weight and see the interaction between man, machine and nature. THE ATV on wheels is kept in summer and there are some equipment variants on THE ATV that must be documented separately (belts, ploughs/blades). Courses shall be held in accordance with the storyboard for winter 2025. In order to ensure that courses fulfil our need, we will facilitate improvement of content after some held courses. Courses shall be documented in accordance with the curriculum and sent to an internal course register. The course systems and lathes are owned by Statnett and Statnett is free to use it for all time. Statnett plans to hold courses in the 2024-2025 winter season in accordance with the new curriculum/storyboard. Employees are preferably courses every three years and the aim is to put the training in a system so that we can achieve this. The contract will be signed for one year with an option for 1+1+1 year. Further details on the Content and extent of the services are described in Annex 1 - Description of the services covered by the contract with sub-annexes 1A - 1G. Procedure identifier: b4736039-1bab-4d25-a723-be82231230ac Internal identifier: BPM001142 Type of procedure: Other multiple stage procedure Main features of the procedure: The procurement will be made in accordance with the Act from 17 June 2016 no. 73 on public procurements (the Public Procurement Act) and regulation 12 August 2016 no. 975 on procurement rules in the supply sectors (the Supply Regulations – FYF) parts I and II. The procurement will be carried out as a negotiated procedure after a prior notice, cf. fyf § 9-1 (1). This is a procurement procedure in two stages that begins with a qualification phase (phase 1). All interested tenderers have the option to submit a request for participation in the competition. Only tenderers who fulfil the qualification requirements will be invited to submit a tender (phase 2). The contracting authority will invite up to five tenderers to submit a tender. After the tender deadline, any dialogue/negotiations may occur in several phases. The contracting authority reserves the right to reduce the number of tender offers that shall be negotiated before and possibly during the dialogue/negotiations. The reduction will be based on the stated award criteria. Introduction of dialogue/negotiations with any shortlisted tenderers is not to be considered as rejection of other tender offers. The contracting authority reserves the right to negotiate with suppliers on all sides of the tender offer. The contracting authority reserves the right to fall back on the original tender if the dialogue/negotiations do not carry out. This also applies to tenders that have not been the subject of dialogue/negotiations. The contracting authority reserves the right to award the contract without negotiations. 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 80000000 Education and training services Additional classification (cpv): 80400000 Adult and other education services, 80411000 Driving-school services, 80411200 Driving lessons, 80500000 Training services, 80510000 Specialist training services, 80530000 Vocational training services, 80550000 Safety training services, 80560000 Health and first-aid training services, 80590000 Tutorial services 2.1.2. Place of performance Country: Norway Anywhere in the given country 2.1.4. General information Legal basis: Directive 2014/25/EU 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, at the enforceable verdict 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 corruption, involving servicemen in the European Communities or in 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 legally enforceable verdict been convicted of participation in a criminal organisation by a verdict handed down not 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 in article 2 of The Council ́s framework decision 2008/841/RIA of 24 October 2008 on combating 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 of a legal verdict been convicted of money laundering or financing terrorism by a judgement handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?Wedding money or financing terrorismAs a rejection period determined directly in the judgement that still applies?White money or financing terrorism. 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 legally enforceable verdict 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?Speed as discussed in Article 1 of the convention on protection of the European Communities' financial interests (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, at a legally enforceable verdict been convicted of child labour and other forms of human trafficking by a judgement handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid as well as other forms of human trafficking as defined as defined in the judgement?<p article 2 of the European Parliament and the Council ́s directive 2011/36/EU of 5. 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: If the tenderer: a) has given grossly incorrect information when notifying the information required to check that there is no basis for rejection, or that the qualification requirements are fulfilled, b) failed to provide such information, c) subject to immediately submitting the supporting documents that the contracting authority requests. ord) improperly affected the contracting authority's decision making process in order to acquire confidential information that may give this an unlawful advantage in connection with the competition, or negligently has given misleading information that could have a significant influence on decisions on rejection, selection or award? Purely national exclusion grounds: In accordance with ESPD part III: Rejection Reasons, Section D: "Other rejection reasons stipulated in the national legislation of the Contracting Authority's Member State": The Norwegian procurement rules go further than what follows the rejection reasons stated in the EU Directive on Public Procurements and in the standard form for ESPD. Emphasis is put on the fact that all the rejection reasons in the utilities regulations § 20-2, including the purely national rejection reasons, apply in this competition. The following rejection reasons in the supply regulations § 20-2 are purely national rejection reasons: • § 20-2 (2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. • § 20-2 (3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity. 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 activity by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Terrorist acts or punishable acts of terrorism. acts relating to terrorist activity as defined in Articles 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: Development and implementation of courses - Terrain vehicles Description: Statnett shall, with this procurement, establish a joint storyboard/course plan/curriculum for courses in terrain vehicles, where avalanches are an integrated part of training for winter vehicles. ATV, UTV, avalanches and snowmobiles are the main focus. The course methodology shall be able to be expanded to other types of terrain vehicles (tracked vehicles, musk eggs etc.) when needed, so that a module based plan is probably advantageous. Statnett's instructions, laws and regulations, as well as the contractor's solid experience and competence, shall ensure a teaching methodology that Statnett can use as future orientated and secure training. Practical part of the snowmobile will preferably be held together with module avalanche. It is important that tenderers can attend to teaching on these types of modules with great professional weight and see the interaction between man, machine and nature. THE ATV on wheels is kept in summer and there are some equipment variants on THE ATV that must be documented separately (belts, ploughs/blades). Courses shall be held in accordance with the storyboard for winter 2025. In order to ensure that courses fulfil our need, we will facilitate improvement of content after some held courses. Courses shall be documented in accordance with the curriculum and sent to an internal course register. The course systems and lathes are owned by Statnett and Statnett is free to use it for all time. Statnett plans to hold courses in the 2024-2025 winter season in accordance with the new curriculum/storyboard. Employees are preferably courses every three years and the aim is to put the training in a system so that we can achieve this. The contract will be signed for one year with an option for 1+1+1 year. Further details on the Content and extent of the services are described in Annex 1 - Description of the services covered by the contract with sub-annexes 1A - 1G. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 80000000 Education and training services Additional classification (cpv): 80400000 Adult and other education services, 80411000 Driving-school services, 80411200 Driving lessons, 80500000 Training services, 80510000 Specialist training services, 80530000 Vocational training services, 80550000 Safety training services, 80560000 Health and first-aid training services, 80590000 Tutorial services Options: Description of the options: Development and implementation of courses for caterpillar tracks/musk eggs, cf. annex 1 and annex 5. 5.1.2. Place of performance Country: Norway Anywhere in the given country 5.1.3. Estimated duration Duration: 4 Years 5.1.4. Renewal Maximum renewals: 3 The buyer reserves the right for additional purchases from the contractor, as described here: The contract period is 1 year, with an option for an extension for 1+1+1 year. The maximum contract length is therefore four years. 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: Economic and financial capacity Description: Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation: • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports. • If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Genrelle requirement Description: Statnett SF Ethical Guidelines for Suppliers Statnett draws attention to the fact that the supplier must comply with Statnett's code of conduct for suppliers, see the https://www.statnett.no/globalassets/om-statnett/statnetts-etiske-retningslinjer-for-leverandorer.pdf This is not a qualification requirement, but general contract requirements that Statnett requires tenderers to comply with/fulfil. Reservations will be assessed as significant reservations. Cf. annex 4b. Limitations in the country of origin and nationality Tenderers must confirm that they fulfil Statnett's provisions on limitations in the country of origin and nationality. Cf. annex 4d US Sanctions List and Sanctions Legislation in Norway and the EU Tenderers must confirm that the tenderer and any sub-suppliers are not on the sanctions list of the Office of Foreign Assets Control, the U.S. Department of Treasury or are covered by sanctions legislation in Norway/EU. Cf. Annex 4c. Security Agreement Tenderers must sign the Security Agreement before or in connection with. any contract signing, cf. annex 9. Documentation: Confirmed with a cancellation in the table in Annex 1 (Application Letter). Signed security agreement Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Legally established company Description: Requirements: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Capacity Description: Requirements: Tenderers shall have sufficient capacity and can assist all of Statnett ́s needs. Documentation: Tenderers shall account for: a) building up own organisation b) the number of employees in the company divided between any different geographical locations. Overview of available relevant competence/discipline that the tenderer has and the number of resources with the competence. 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): 40 Criterion: Type: Technical and professional ability Name: Requirements for experience from similar assignments - reference projects. Description: Requirements: Tenderers shall have experience with the execution of comparable assignments for the contract areas a tender is submitted for. Comparable contracts means deliveries of a comparable nature, complexity and scope as requested in the tender documentation. Documentation: Description of the tenderer's most relevant contracts in the last 5 years. Annex 4 The template for references shall be filled in. Maximum 5 references. The following must be stated for each of the deliveries: a) description of the content of the delivery b) date of the delivery c) the delivery ́s value d) name of the contracting authority e) gender neutral preferred at the contracting authority with contact data (telephone number and email address). It is the tenderer ́s responsibility to document relevance through the description. Documentation of relevant assignments or services that the tenderer has carried out more than 5 years ago can be considered if necessary to ensure sufficient competition. 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): 60 Criterion: Type: Technical and professional ability Name: Quality assurance Description: Requirements: Tenderers shall have and practice a good and well-functioning management system for quality that covers the delivery. Documentation: If a tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. If the tenderer is not certified, a description shall be given of the tenderer ́s system (routines and measures) for quality assurance and any further documentation/certificates that concretely show what system the tenderer has. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Environmental management Description: Requirements: Tenderers shall have environmental management measures adapted to the delivery ́s environmental objectives, environmental properties, complexity and risk. Documentation: If a tenderer is certified in accordance with ISO 14001, EMAS or Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate provided that the environmental management measures are covered by the certification scheme. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Information Security Description: Requirement: ̈ Tenderers shall have a documented and implemented information security management system that covers Statnett's delivery. Documentation: Valid ISO 27001 certificate, Or Report/evaluation of the tenderer's management system, prepared by an independent third party (e.g. an auditing company) with competence to assess the management system. Or Internal description of the management system for information security and how this is adhered to. Use of this criterion: 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 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: Completed Annex 5A Price Form Weight (percentage, exact): 30 Criterion: Type: Quality Name: Implementation Description: Execution, including Solution proposal (Underweight 70 %) • Implementation plan • System curriculum • Teaching methods and practical approach to a curriculum • relevant training areas. • facilities at course locations • flexibility and the possibility to hold courses in several places • the possibility to provide driver's licence training within classes S, A and T. • Progress plan Competence and experience (Underweight 30 %) • Project manager for the development of courses. • Professional responsible for the development of courses. • Course holders Documentation: Solution proposal Tenderers shall describe fulfilment of the following points in annex 2 - the tenderer's solution description. • 2.1a • 2.1b • 2.1c • 2.1d • 2.1e • 2.1f • 2.1g Tenderers shall description fulfilment of the following points in annex 3 - Project and progress plan. • 3.1 - Progress plan for the assignment. Competence and experience • Overview of offered key personnel - annex 4, point 4.2 • CVs for offered key resources, including a description of up to three most relevant reference projects. The description shall as a minimum contain for each assignment: - Project Name - Value of the assignment -Time - The contracting authority with contract information. - A short description of the project ́s relevance and transferable value for this project, including a description of the roles of the offered key resources in the reference project in question. Weight (percentage, exact): 40 Criterion: Type: Quality Name: HSE and environment Description: HSE and environment, including • HSE in the execution phase. • HSE influence on courses • Cultural and attitude creating work, sustainable handling of vehicles. • Minimisation of direct negative climate and environmental impact when holding courses. Documentation: Tenderers shall describe fulfilment of the following points in annex 2 - the tenderer's solution description. • 2.2a • 2.2b • 2.2c • 2.2d Weight (percentage, exact): 30 5.1.11. Procurement documents Deadline for requesting additional information: 01/07/2024 22:00:00 (UTC) Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=405578&B= 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=405578&B= 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: 12/07/2024 10:00:00 (UTC) Terms of contract: Conditions relating to the performance of the contract: 1. Statnett SF Ethical guidelines for suppliers, annex 4b 2. Limitations in the country of origin and nationality, annex 4d 3. US Sanctions List and Sanctions Legislation in Norway and the EU, annex 4c 4. Security Agreement, annex 9 5. Data processing agreement, annex 8. Electronic invoicing: Required Financial arrangement: See SSA annex 5 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: Oslo Tingrett Organisation providing additional information about the procurement procedure: Statnett SF Organisation receiving requests to participate: Statnett SF Organisation processing tenders: Statnett SF 8. Organisations 8.1. ORG-0001 Official name: Statnett SF Registration number: 962986633 Town: OSLO Country: Norway Contact point: Håkon Farstad Email: hakon@odinprosjekt.no Telephone: +47 45257595 Buyer profile: https://eu.eu-supply.com/ctm/company/companyinformation/index/264506 Roles of this organisation: Buyer Organisation providing additional information about the procurement procedure Organisation receiving requests to participate Organisation processing tenders 8.1. ORG-0002 Official name: Oslo Tingrett Registration number: 926725939 Town: OSLO Country: Norway Email: oslo.tingrett@domstol.no Telephone: 22035200 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 825b42dd-2b42-45fe-a543-a4a533b24a40 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 07/06/2024 13:36:45 (UTC) Notice dispatch date (eSender): 07/06/2024 14:00:48 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 343730-2024 OJ S issue number: 112/2024 Publication date: 11/06/2024 Czech document download: https://ted.europa.eu/cs/notice/343730-2024/pdf Danish document download: https://ted.europa.eu/da/notice/343730-2024/pdf German document download: https://ted.europa.eu/de/notice/343730-2024/pdf Greek document download: https://ted.europa.eu/el/notice/343730-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/343730-2024/pdf English document download: https://ted.europa.eu/en/notice/343730-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/343730-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/343730-2024/pdf French document download: https://ted.europa.eu/fr/notice/343730-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/343730-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/343730-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/343730-2024/pdf Italian document download: https://ted.europa.eu/it/notice/343730-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/343730-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/343730-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/343730-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/343730-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/343730-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/343730-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/343730-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/343730-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/343730-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/343730-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/343730-2024/pdf
NAICS
Nonferrous Metal (except Copper and Aluminum) Rolling Business All Other Professional Navigational Other Direct Insurance (except Life Motorcycle Professional Justice Electric Power Transmission Nonferrous Metal (except Copper and Aluminum) Rolling Regulation Copper Regulation and Administration of Communications Religious Financial Transactions Processing Securities Justice Other Professional Copper Rolling Other Justice Copper Rolling Machinery Regulation Direct Insurance (except Life Other Aluminum Rolling Regulation and Administration of Communications Direct Life Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business Environment All Other Professional Management Other Justice Other Similar Organizations (except Business Copper Professional Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Profiles System, storage and content management software package Lathes Environmental management Mains Control, safety, signalling and light equipment Sections Lavatory seats, covers, bowls and cisterns Publications Boards Control, safety or signalling equipment for inland waterways Wheels, parts and accessories Lead Training, workout or aerobic services Eggs Office, school and office equipment cleaning services Document creation, drawing, imaging, scheduling and productivity software package Other community, social and personal services Control, safety or signalling equipment for parking facilities Templates Machinery for cleaning, filling, packing or wrapping bottles or other containers Command, control, communication systems Supports Document creation, drawing, imaging, scheduling and productivity software development services Control, safety or signalling equipment for port installations Command, control, communication and computer systems Modules Belts System, storage and content management software development services Forms Lifting, handling, loading or unloading machinery Parts of dishwashing machines and of machines for cleaning, filling, packing or wrapping Lathes, boring and milling machine tools Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Catalogues Parts of other vehicles Other services Tables Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Driving lessons Administration, defence and social security services Electronic, electromechanical and electrotechnical supplies Control, safety or signalling equipment for airports Tables, cupboards, desk and bookcases Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Profiles Templates Boards Planning systems Awards Business cases Environmental management Utilities Co financing Adult education Machine made parts Equipment cases V belts Tables Case making services Side table Securities Table saw Jacket, Winter Tent, for office use Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods
Regions
Europe Northern Europe Western Europe
Sectors
Services Education and Training Defence and Security 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